Es 10 - 2020 - 21

Download as pdf or txt
Download as pdf or txt
You are on page 1of 217

CITY OF TSHWANE METROPOLITAN MUNICIPALITY

TENDER NO: ES 10-2020/21

TENDER DESCRIPTION: TENDER FOR THE SUPPLY AND DELIVERY OF EMERGENCY SERVICES
URBAN SEARCH, RESCUE AND MISCELLANEOUS EQUIPMENT TO THE CITY
OF TSHWANE, EMERGENCY SERVICES DEPARTMENT FOR A PERIOD OF
THREE (3) YEARS ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF
APPOINTMENT.

NAME OF BIDDER: ……………………………………………………………..

CSD NUMBER: …………………………………………………………………

VENDOR NUMBER (WHERE APPLICABLE) ……………………………..

Prepared by:
City of Tshwane
Metropolitan Municipality
175 C de Wet
PRETORIA
0001
Tel: (012) 358 9999

BID CLOSING DATE 06 May 2021

Only bidders registered on the Central Supplier Database and with CSD Number will be
considered for this tender as it is a requirement from National Treasury.
CITY OF TSHWANE

METROPOLITAN MUNICIPALITY

DEPARTMENT: WATER AND SANITATION

BIDS ARE HEREBY INVITED FROM SUPPLIERS FOR THE FOLLOWING BID:

Contact Closing date


Bid No Description Dept.
Person

ES 10- TENDER FOR THE SUPPLY AND DELIVERY OF EMERGENCY SERVICES ES Louis Lewis
2020/21 06 May 2021
URBAN SEARCH, RESCUE AND MISCELLANEOUS EQUIPMENT TO THE
CITY OF TSHWANE, EMERGENCY SERVICES DEPARTMENT FOR A 012 358 2020 at 10:00
PERIOD OF THREE (3) YEARS ON AN AS AND WHEN REQUIRED BASIS
FROM DATE OF APPOINTMENT

THE DOCUMENT IS DOWNLOADABLE ON E-TENDER


Each Tender shall be enclosed in a sealed envelope, bearing the correct identification details and shall be
placed in the tender box located at:
PROCUREMENT ADVICE CENTRE
C DE WET BUILDING
175 E’SKIA MPHAHLELE DRIVE (THE FORMER DF MALAN DRIVE)
PRETORIA WEST
0183
Documents must be deposited in the bid box not later than 10h00 on the 06 May 2021 where bids will be opened
in public.

Bidders must contact officials below for any enquiries:


 Technical enquiries: Louis Lewis at (012) 358 2020 or [email protected]

 Supply Chain enquiries: Khodani Mudziwa at (012) 358 8029 or [email protected]

Bids will remain valid for a period of 90 days after the closing date
.
Bids received after the closing date and time will not be considered. CoT does not bind itself to accept the lowest
or any other bid in whole or in part.

2
INDEX

No Details Document Page

1. Very important notice


2. Certificate of Authority for Signatory
3. Scope of Work
4. Pricing Schedule

5. Invitation to Bids MBD 1


6. Pricing Schedule – Firm Prices (Purchases) MBD 3.1
7. Pricing Schedule – Non-Firm Prices (Purchases) MBD 3.2
8. Declaration of Interest MBD 4
9. Declaration for procurement above R10million (all MBD 5
applicable taxes Included)
10. Preference points claimed form MBD 6.1
11. Local content form MBD 6.2
12. Additional annexure for local content MBD 6.3
13. Contract Form - Purchase of Goods/Works MBD 7.1
14. Declaration of Past Supply Chain Management practice MBD 8
15. Certificate of Independent Bid Determination MBD 9
16. General Conditions of Contract
17. Service Level Agreement

LIST OF RETURNABLE DOCUMENTS THAT SHOULD FORM PART OF BID DOCUMENT


18. Company Registration Certificate
19. Rates and Taxes/ lease agreement Tax
20. Clearance Certificate or Unique Pin
21. BBBEE Certificate
22. CSD summary report

3
VERY IMPORTANT NOTICE ON DISQUALIFICATIONS:

A bid not complying with the peremptory requirements stated hereunder will be regarded as
not being an “Acceptable bid”, and as such will be rejected. “Acceptable bid” means any bid
which, in all respects, complies with the conditions of bid and specifications as set out in the
bid documents, including conditions as specified in the Preferential Procurement Policy
Framework Act (Act 5 of 2000) and related legislation as published in Government Gazette
number 22549, dated 10 August 2001, in terms of which provision is made for this policy.
1. If any pages have been removed from the bid document, and have therefore not been
submitted, or a copy of the original bid document has been submitted.
2. If the bid document is completed using a pencil. Only black ink must be used to
complete the bid document.
3. The bidder attempts to influence, or has in fact influenced the evaluation and/or
awarding of the contract.
4. The bid has been submitted after the relevant closing date and time.
5. If any bidder who during the last five years has failed to perform satisfactorily on a
previous contract with the municipality, municipal entity or any other organ of state
after written notice was given to that bidder that performance was unsatisfactory.
6. The accounting officer must ensure that irrespective of the procurement process
followed, no award may be given to a person –
a) who is in the service of the state, or;
b) if that person is not a natural person, of which any director, manager, principal
shareholder or stakeholder, is a person in the service of the state; or;
c) Who is an advisor or consultant contracted with the municipality in respect of
contract that would cause a conflict of Interest.
7. Bid offers will be rejected if the bidder or any of his directors is listed on the Register
of Bid Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of
2004 as a person prohibited from doing business with the public sector
8. Bid offers will be rejected if the bidder has abused the CoT’s Supply Chain
Management System.
9. Failure to complete and sign the certificate of independent determination or disclosing
of wrong information.

Failure to submit the above will lead to immediate disqualification

-----------------------------------
Bidder

4
CERTIFICATE OF AUTHORITY FOR SIGNATORY

Status of concern submitting tender (delete whichever is not applicable.) COMPANY


/PARTNERSHIP /ONE-PERSON BUSINESS / CLOSE CORPORATION/ JOINT VENTURE

A. COMPANIES

If the bidder is a company, a certified copy of the resolution of the Board of Directors,
personally signed by the chairperson of the board, authorizing the person to signs this bid to
do so, as well as to sign any contract resulting from this bid and any other documents and
correspondence in connection with this bid or contract on behalf of the company must be
submitted with this Bid.

An example is shown below:

By resolution of the board of Directors on ………..…………….……20….., Mr. / Ms

………………………………………….…….……has been duly authorized to sign all

documents in connection with BID NO. ……………………….………

SIGNED ON BEHALF OF THE COMPANY: ………………………………………………………

IN HIS CAPACITY AS: ……………………………………………………………………………….

DATE: …………………………………………………………………………………………..………

SIGNATURE OF
SIGNATORY:………………………………………………………………………….……………….

WITNESSES: 1. …………….………………………………………………………………………...

2. ………………………………………………………………………………………

5
B. PARTNERSHIP

The following particulars in respect of every partner must be furnished and signed by every
partner:

Full name of partner Residential address Signature

………………………….. ……………………………………………… …………………….

………………………….. ………………………………………………. ……………………

………………………….. ………………………………………………. ……………………

We, the undersigned partners in the business trading as, ………………………………………..

Hereby authorize …………………………………….. ………………………… to sign this bid as


well s any contract resulting from the bid and any other documents and correspondence in
connection with this bid / or contract on our behalf.

……………………………… …………………………………. …………………….…….


Signature Signature Signature

……………………………… …………………………………. ……………………..…….


Date Date Date

C. ONE-PERSON BUSINESS

I, the undersign ………………………………………………….hereby confirm that I am the sole

owner of the business trading as ………………….………………………………………………….

………………………………….……….. ……………...………………………
Signature Date

6
D. CLOSE CORPORATION

If the case of a close corporation submitting a bid, a certified copy of the founding Statement
of such corporation shall be included with the Bid, together with a resolution by its members
authorizing a member or other official of the corporation to sign the documents and
correspondence in connection with this bid or contract on behalf of the company must be
submitted with this Bid.

An example is shown below:

By resolution of the members at the meeting on the ………………..………..200……….at

……………………………..………Mr. / Ms ……………………………………………...……whose

signature appear below, has been duly authorized to sign all documents in connection with

BID NO. ………….……..…………

SIGNED ON BEHALF OF THE CLOSE CORPORATION:………………………………………..

IN HIS / HER CAPACITY AS:…………………………………………………………………………

DATE: …………………………………………………………………………………………………..

SIGNATURE OF SIGNATORY:………………………………………………………………………

WITNESSES: 1. …………………………………………………………………………………….....

2.………………………………………………………………………………………..

7
E. CERTIFICATE OF AUTHORITY FOR JOINT VENTURES

This Returnable Schedule is to be completed by joint ventures.

We, the undersigned, are submitting this bid offer in Joint Venture and hereby authorize

Mr./Ms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , authorized signatory of the company

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , acting

in the capacity of lead partner, to sign all documents in connection with the bid offer and any

contract resulting from it on our behalf.

NAME OF FIRM ADDRESS DULY AUTHORISED


SIGNATORY

Lead partner
Signature:. . . . . . . . . . . . .

Name:……………………….…..

Designation:…………………...

Signature:. . . . . . . . . . . . .

Name:……………………….…..

Designation:…………………...

Signature:. . . . . . . . . . . . .

Name:……………………….…..

Designation:…………………...

Signature:. . . . . . . . . . . . .

Name:……………………….…..

Designation:…………………...

8
SPECIFICATION OR TERMS OF REFERENCE

EMERGENCY SERVICES DEPARTMENT

THIS TENDER INVOLVES THE:

TENDER FOR THE SUPPLY AND DELIVERY OF EMERGENCY SERVICES


URBAN SEARCH, RESCUE AND MISCELLANEOUS EQUIPMENT TO THE
CITY OF TSHWANE, EMERGENCY SERVICES DEPARTMENT FOR A
PERIOD OF THREE (3) YEARS ON AN AS AND WHEN REQUIRED BASIS
FROM DATE OF APPOINTMENT

BID NUMBER

(ES 10-2020/21)

1. INTRODUCTION AND PURPOSE


Supply and delivery of Emergency Services urban search, rescue and
miscellaneous equipment to the City of Tshwane, Emergency Services
Department.

2. BACKGROUND
Provide the background detail of the bid, i.e.:

 How was this bid/project identified?


- There is an annual provision in the departmental budget to procure
firefighting and rescue equipment/material. The replacement of obsolete and
irreparable equipment, buying additional equipment is a continuous process.
 The aim and objectives of the project
- It is to sufficiently equip the service with the required equipment in order to
ensure that efficient and effective uninterrupted service delivery is rendered
to communities of CoT.
 The leading department must indicate the location of the project
- The equipment will be utilized at all fire stations throughout the City of
Tshwane.
 List all the stakeholders involved
- ESD
- Supply Chain Management Office
- The City Manager’s Office
- Suppliers
 Are there any permissions/approvals required? If so, by whom, including land
owners
- Not applicable
 Who will benefit directly and indirectly from this bid/project and how?
- The communities of the City of Tshwane will benefit directly and indirectly
from this project since the equipment will be used to fight fires and to rescue
communities that are in danger.
 What control and monitoring measures are envisaged?
- Daily equipment check lists supervised by company commanders.

3. PROJECT SCOPE
9
It is the intent of the City of Tshwane that these specifications cover the supply and
delivery of Urban Search and Rescue equipment on an as and when required basis
for a period of three (3) years.

With a view of obtaining the best results and the most acceptable product for service
in the Emergency Services Department, these specifications cover only the general
requirements. Minor details of materials where not otherwise specified are left to the
discretion of the bidder.

All Urban Search and Rescue equipment shall be new and of the highest quality. They
shall be protected from damage; any damaged, flawed or defaced materials shall be
rejected and replaced at a cost to the service provider. NO EXCEPTIONS

The supplier shall warrant that the materials shall be of the highest grade, in
accordance with the best practices and ready and complete for full operation. The
supplier shall warrant that all the materials / goods supplied under the contract are
new, unused, that they incorporate all recent improvements in design and materials
unless provided otherwise in the contract.

The contractor shall further warrant that all materials / goods supplied under tender
award shall have no defect, arising from design, materials, or workmanship or from
any act or omission of the supplier that may develop under normal use of the supplied
goods in the conditions prevailing in the country of final destination.

To eliminate divided responsibility and service, the full scope, which includes the
supply and delivery of Urban Search and Rescue equipment, will be adjudicated and
awarded per section. The service providers shall remain responsible for the warranty
of the products on offer.

SECTION 1: BUILDING COLLAPSE EQUIPMENT

ITEM 1.1: LAMINATED BEAM. STRUCTURAL DETAIL OF OFFER (to be completed by Bidder)
COLLAPSE

Laminated Beam shall meet the following


requirements:

 Shall be of Saligna wood


 Dimensions:
- Width =100mm
- Thickness = 100mm
- Length =3.5
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product.

For example:

10
ITEM 1.2: SOLID TIMBER DETAIL OF OFFER (to be completed by Bidder)

Solid Timber shall meet the following requirements:

 Shall be of Pine wood


 Dimensions:
- Width =100mm
- Breath = 50mm
- Length = 3.5
 The bidder shall provide a brochure from the
manufacturer covering the product offered which
shall give the main features of the product.

For example :

ITEM 1.3: SOLID TIMBER DETAIL OF OFFER (to be completed by Bidder)

Solid Timber shall meet the following requirements:

 Shall be of Pine wood


 Dimensions:
- Width =100mm
- Breath = 50mm
- Length = 3.5
11
 The bidder shall provide a brochure from the
manufacturer covering the product offered which
shall give the main features of the product.

For example:

ITEM 1.4: PLYWOOD SHEETS. DETAIL OF OFFER (to be completed by Bidder)

The Plywood Sheet shall meet the following


requirements:

 Manufactured with high quality face and core


biologically durable hardwoods throughout.
 Use exterior phenolic resin glue to give long
life in humid and wet conditions
 Dimensions:
 Thickness= 9.00mm
 Width = 1220mm
 Length = 2440mm
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.

For example:

SECTION 2: TRENCH COLLAPSE EQUIPMENT

12
ITEM 2.1: MARINE PLYWOOD SHEETS DETAIL OF OFFER (to be completed by Bidder)

The Marine Plywood Sheet shall meet the following


requirements:

- Manufactured with high quality face and core


biologically durable hardwoods throughout.
- Use exterior phenolic resin glue to give long life
in humid and wet conditions
- Number of plies = 3
- Dimensions:
- Thickness= 9.00mm
- Width = 1220mm
- Length = 2440mm
- Weight = 17.2 Kg/m2
- The bidder shall provide a brochure from the
manufacturer covering the product offered which
shall give the main features of the product and
information on compliance with standards.

For example:

ITEM 2.2: LAMINATED BEAM. DETAIL OF OFFER (to be completed by Bidder)

Laminated Beam shall meet the following


requirements:

 Shall be of Saligna wood


 Dimensions:
- Width =150mm
- Thickness= 150mm
- Length = 3500mm

 The bidder shall provide a brochure from the


manufacturer covering the product offered
which shall give the main features of the
13
product and information on compliance with
standards.

For example:

ITEM 2.3: LAMINATED BEAM. DETAIL OF OFFER (to be completed by Bidder)

Laminated Beam shall meet the following


requirements:

 Shall be of Saligna wood


 Dimensions:
- Width =100mm
- Thickness = 100mm
- Length = 3500mm

 The bidder shall provide a brochure from the


manufacturer covering the product offered which
shall give the main features of the product.

For example:

14
ITEM 2.4: SOLID TIMBER DETAIL OF OFFER (to be completed by Bidder)

Solid Timber shall meet the following requirements:

 Pine Wood
 Dimensions:
- Width =150mm
- Thickness = 50mm
- Length = 3.5
 The bidder shall provide a brochure from the
manufacturer covering the product offered which
shall give the main features of the product

For example:

_________________

ITEM 2.5: SOLID TIMBER DETAIL OF OFFER (to be completed by Bidder)

Solid Timber shall meet the following requirements:

 Pine Wood
 Dimensions:
- Width =150mm
- Thickness = 50mm
- Length = 3.5
 The bidder shall provide a brochure from the
manufacturer covering the product offered which
shall give the main features of the product.

For example:
_________________

ITEM 2.6: Wooden Plank DETAIL OF OFFER (to be completed by Bidder)

15
The wooden plank shall meet the following
requirements:

 Pine Wood
 Dimensions:
- Thickness = 50mm
- Width = 300mm
- Length = 3500mm

 The bidder shall provide a brochure from the


manufacturer covering the product offered which
shall give the main features of the product

For example :

SECTION 3: SHORING EQUIPMENT

ITEM 3.1: ADJUSTABLE TRENCH SHORING PROP DETAIL OF OFFER (to be completed by Bidder)
/ STRUT (1.20M)

The 1.20m Adjustable rescue Prop / Strut shall meet


or exceed the following requirements:

 The 1.20m adjustable rescue Prop / Strut must


a telescopic tubular steel piece of construction
purpose.
 When closed, the height of the adjustable
rescue Prop / Strut shall be 0.70m’
 When opened, the maximum height shall be
1.20m
 The height must be adjustable using a long
diameter screw thread on the outside of the
tube.
 The screw thread must allow micro
adjustments when tightened.
 Mast include swivelling footplates so that it can
be used a shoring ‘push and pull’ to support
concrete formwork horizontal shoring.
 Material: High-Grade Steel.
 Treatment: Hot Dipped Galvanized Steel

16
 Colour: Hi-Vis Orange Oven baked Powder
Coat
 Weight: 10.6 kg
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.

For example :

ITEM 3.2: ADJUSTABLE TRENCH SHORING PROP DETAIL OF OFFER (to be completed by Bidder)
/ STRUT (3.20M

The 3.20m adjustable rescue Prop / Strut shall meet


or exceed the following requirements:

 The 3.20m adjustable rescue Prop / Strut must


a telescopic tubular steel piece of construction
purpose.
 When closed, the height of the adjustable
rescue Prop / Strut shall be 2.10m
 When opened, the maximum height shall be
3.20m
 The height must be adjustable using a long
diameter screw thread on the outside of the
tube.
 The screw thread must allow micro adjustments
when tightened.
 Mast include swivelling footplates so that it can
be used a shoring ‘push and pull’ to support
concrete formwork horizontal shoring.
 Material: High-Grade Steel.
 Treatment: Hot Dipped Galvanized Steel
 Colour: Hi-Vis Orange Oven baked Powder
Coat
 Weight: 21.2 kg
 Dimensions: 210 × 15 × 15 cm

17
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.

For example:

ITEM 3.3: ADJUSTABLE TRENCH SHORING DETAIL OF OFFER (to be completed by Bidder)
PROP / STRUT (5.60M)

The 5.60m adjustable rescue Prop / Strut shall meet


or exceed the following requirements:

 The 3.20m adjustable rescue Prop / Strut must


a telescopic tubular steel piece of construction
purpose.
 When closed, the height of the adjustable
rescue Prop / Strut shall be 4.50m
 When opened, the maximum height shall be
5.60m
 The height must be adjustable using a long
diameter screw thread on the outside of the
tube.
 The screw thread must allow micro adjustments
when tightened.
 Mast include swivelling footplates so that it can
be used a shoring ‘push and pull’ to support
concrete formwork horizontal shoring.
 Material: High-Grade Steel.
 Treatment: Hot Dipped Galvanized Steel
 Colour: Hi-Vis Orange Oven baked Powder
Coat
 Weight: 32.2 kg
 Dimensions: 450 × 15 × 15 cm
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.

18
For example:

ITEM 3.4: MINI TRENCH BOX DETAIL OF OFFER (to be completed by Bidder)

The Mini Trench Box shall meet or exceed the


following requirements:

 Have fully adjustable or incrementally adjustable


strut,
 Come with hand rail and ladder safe panels
available
 Come with four-way handling point to aid safe
assembly
 Plate Length: Base- 3.0 m & Top Ext- 3.0 m
 Plate Height: Base- 2.0 m & Top Ext. -1 m
 Plate Thickness: Base- 60 (mm) & Top Ext- 60 mm
 Overall Trench Width: Base- 0.66 - 4.41 m & Top
Ext- 0.66 - 4.41
 Internal Width: Base- 0.54 - 4.29 (m) & Top Ext-
 Weight*: Base-1445 (kg) & Top Ext- 800 Kg
 Distance Between Struts Base: 2.55 (m) & Top
Ext-2.55m
 Strut Clearance Height: 1.2/0.9 (m)
 The bidder shall provide a brochure from the
manufacturer covering the product offered which
shall give the main features of the product and
information on compliance with standards.

For example:
19
ITEM 3.5: STANDARD TRENCH BOX. DETAIL OF OFFER (to be completed by Bidder)
The Standard Trench Box shall meet or exceed the
following requirements:

 Have fully adjustable or incrementally adjustable


strut,
 Come with hand rail and ladder safe panels
available
 Come with four-way handling point to aid safe
assembly
 Plate Length: Base- 3.5 m &Top Ext- 3.5m
 Plate Height: Base 2.6m & Top Ext- 1.3m
 Plate Thickness: Base- 100 (mm) & Top Ext- 100
m
 Overall Trench Width: Base- 1.3-4.9m & Top Ext-
0.74-4.5m
 Internal Width: Base- 1-4.65 (m) & Top Ext- 0.54-
4.29 m
 Weight*: Base -3830* (kg) & Top Ext- 1320 m
 Distance Between Struts: Base- 3.1 (m) & Top Ext
-3.1m
 Strut Clearance Height:1.4 (m)

 The bidder shall provide a brochure from the


manufacturer covering the product offered which
shall give the main features of the product and
information on compliance with standards.

For example:

20
DETAIL OF OFFER (to be completed by Bidder)
ITEM 3.6: A SET OF ALUMINIUM HYDRAULIC
SHORING

The Aluminium Hydraulic Shoring shall meet or


exceed the following requirements:

 4 x Hydraulic Shoring Cylinder.


 The size of the Hydraulic Shoring Cylinders
shall 1.321m – 2.235m
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.

For example:

21
Hydraulic Shoring Cylinder
ITEM 3.7: HYDRAULIC SHORING PUMP CAN DETAIL OF OFFER (to be completed by Bidder)

The Hydraulic Shoring Pump Can shall meet or


exceed the following requirements:
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 3.8: HYDRAULIC SHORING RELEASE DETAIL OF OFFER (to be completed by Bidder)
TOOL & HYDRAULIC SHORING RELEASE HOOK

The Hydraulic Shoring Release Tool & Hydraulic


Shoring Release Hook shall meet or exceed the
following requirements:

 2 x Hydraulic Shoring Release tool.


 2 x Hydraulic Shoring Release Hook.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

22
DETAIL OF OFFER (to be completed by Bidder)
ITEM 3.9: A SET OF ALUMINIUM HYDRAULIC
SHORING (2)

The Aluminium Hydraulic Shoring shall meet or


exceed the following requirements:

 4 x Hydraulic Shoring Cylinder.


 The size of the Hydraulic Shoring Cylinders shall
1.016m – 1.752m.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product

For example:

23
Hydraulic Shoring Cylinder

ITEM 3.10: TRENCH JACK KIT DETAIL OF OFFER (to be completed by Bidder)

The Trench Jack Kit shall meet or exceed the


following requirements:

 The height of the side railing shall be 1.524 m


 Minimum width shall be 1.321 m
 Maximum width shall be 2.235 m
 The weight of the kit shall be 35.38 Kg
 1 x Locking Piston shall be 1.829 m
 1 x Standard Locking Piston shall be 1.829 m
 The weight of the Locking Pistons shall be 17.237
Kg.
 (2x) 2.438 m tall Pre-Drilled Rails
 Side Railings shall be pre-drilled and made of
6061-T6 extruded aluminum

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:
FULL SYSTEM

24
SIDE RAILINGS

STANDARD PISTON

LOCKING PISTON

25
ITEM 3.11: HYDRAULIC PUMP KIT. DETAIL OF OFFER (to be completed by Bidder)
The Hydraulic Pump Kit shall meet or exceed the
following requirements:

 Shall be a Steel Hand Hydraulic Pump.


 Shall a 2x-Port Steel Pump Bucket
 Weight: 15. 876 Kg
 The Hydraulic Hose shall provide 350 Bar
pressure rating
 The Hydraulic Hose Shall Meet SAE 100 RZAT
specifications.
 The Hydraulic Hose shall be 1.701 m in length.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

HYDRAULIC HOSE

26
ITEM 3.12: INSERTS REMOVAL RODS. DETAIL OF OFFER (to be completed by Bidder)
The Insert and Removal Rods shall meet or exceed
the following requirements:

 Have weather resistant coating


 Insert and Removal Rods shall be made of solid
steel.
 2 x Insert Rods of 2.54 m in length and weight of
4.989 Kg.
 2 x Removal Rods of 2.54 m in length and a weight
of 4.536 Kg

For example:

ITEM 3.13: HYDROJACK MODULAR SYSTEM. DETAIL OF OFFER (to be completed by Bidder)
The Hydro Jack Modular System shall meet or exceed
the following requirements:

27
 Side panels shall come fastened to Hydro
Jack systems.
 Systems shall come with eight corner panel
reinforcements for maximum durability and
strength.
 The System shall come with 2 certified
hydraulic Hydro Jack kits
 The kit shall come with a hydraulic pump and
hose.
 The Length X Height= 1.22 m x 2.44 m
 The Width (min/max) = 132.08 cm / 223.52 cm
 Total Weight= 235.89 Kg.
 2 x Locking Piston= 182.88 cm
 The system shall have (2x) 2.44 m. Tall Rails
 Weight of the railing system = 28.12 Kg.
 The system shall have (2x) 1.22 m x 2.44 m
Sidewall Fits HS systems (Pre-Drilled)
 The weight for the side walls shall be =99.79
Kg. ea.
 Hydraulic hand pump Bucket
 Hydraulic pump shall have 4x-Port Steel Pump
Bucket
 The weight of the Pump Bucket shall be =
15.88 Kg
 The Removal Hook shall be = 254 cm in length
 The weight of the hook shall be= 4.54 Kg.
 Insert Rod
 Weight= 5 Kg
 System shall come with 4 leg Rigging
Equipment
 The Rigging system shall be of weather
resistant heavy-duty nylon
 The length of the rigging system shall be 2.44
m Nylon Sling
 60° Rating = 4.36 Kg.
 The hydraulic hose shall be = 170.18 cm
Length
 The weight shall be = 1.81 Kg.
 The hose shall withstand the pressure of 3500
KPa pressure rating
 The hose shall meet the requirements of SAE
100 RZAT specs
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.

For example :
HYDROJAC FULL SYSTEM

28
RIGGING RODS

Hydraulic Pump

Rigging Equipment

LOCKING PITON

29
ITEM 3.14: STEP CHOCK DETAIL OF OFFER (to be completed by Bidder)
The Step Chock shall meet or exceed the following
requirements:

 Turtle Plastics' Standard Step Chock.


 Made with 100% recycled plastic
 Dimensions: 63 x 13.97 x 27.94 cm
 Weight: 7.71 Kg.

For example :

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

30
ITEM 3.15: GRIB KIT DETAIL OF OFFER (to be completed by Bidder)

The Grip Kit shall meet or exceed the following


requirements:
 (12) 5.08 x 10.16 x 45.72 cm Pyramid Crib
 (4) 5.08 x10.16 x 30.48 cm Wedge
 (18) Hybrid Crib 10.16 x10.16 x 45.72 cm
 (4) 10.16 x 10.16 x 50.8 Wedge
 (3) 15.24 x 17.78 x 60.96 cm Super Crib
 (2) 15.24 x 17.78 x 60.96 cm Super Wedge
 (2) 7.62 x 21.59 cm Long Wedge
 (2) 15.24 x 21.59 cm Long Wedge
 (2) 2.54 cm Thick x 22.86 cm Sq. Turtle Lock Block
 (2) 5.08 cm Thick x 22.86 cm Sq. Turtle Lock Block
 (2) 7.62 cm Thick x 22.86 cm 9" Sq. Turtle Lock
Block
 (2) Standard Step Chock
 (2) Pair of Wheel Chocks
 (1) 45.72 x 45.72 x 3.81 cm Mod Pad with Level
 (2) Top Bag Pad

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

ITEM 3.16: COMPOUND SLIDING SAW. DETAIL OF OFFER (to be completed by Bidder)

The Compounding Sliding saw shall meet the


following requirements:

 The saw shall be 30;48 double bevel sliding


compound miter saw, one carbide blade, one
blade wrench, one dust bag, and one vertical
material clamp.
 Weight = 24.4 Kg
 Colour: Any Colour
 Dimensions= 54.61 cm x 43.34cm x 43.34 cm
31
 Power source: Corded electrical
 Voltage: 120 Volts
 Have a carbide blade
 Have a dust bag
 Shall have XPS cross-cut alignment system
that features an improved ultra-bright LED light,
which casts a laser-like shadow on the work
surface and shows the user precisely where the
blade will come in contact with the material
 Rugged guards; precision-machined castings,
fences, and bevel system; and tough stainless
steel miter detent plate are designed to
withstand the constant rigors of the job site.
 Saw to feature a powerful 15-amp motor that
delivers 3,800 RPM
 The power cord to be routed through the rail in
the back, eliminating interference with the slide.
 The saw to offer a combination of cut
capacities, which includes 17.14cm vertical
capacity, 19.05 cm nested crown capacity,
35.24 cm horizontal capacity, and exclusive
back fence design that cuts up to a 2x16 at a
90-degree angle and 2x12 at a 45-degree angle
 To simplify and maximize vertical cutting
capacity, the unit must include a rail lock latch
for holding the head away from the fence.
 Must come complete with a bench.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

SECTION 4: TOOLS AND WOODWORK


EQUIPMENT
ITEM 4.1: Multi-Purpose Circular Saw DETAIL OF OFFER (to be completed by Bidder)

32
The Multi-Purpose circular saw shall meet the
following requirements:

 Material: Aluminium base


 The technology to optimize to cut mild steel, non-
ferrous metals, wood and plastic with one blade
 Cutting mild steel leaves an instantly workable
finish, producing no heat, no burr and virtually no
sparks. 60mm Cut Depth
 RAGE 185 mm multipurpose TCT blade (20 teeth)
included
 Weight 5.2 Kg
 Dimensions 36 x 28 x 28 cm
 Size 230 V
 Style RAGE 1-B
 Power Source Corded
 Voltage 230 volts
 Wattage 1200 watt
 Box Contains:
- 1 x RAGE 1-B 185 mm multipurpose circular
saw
- 1 x RAGE 185 mm multipurpose TCT blade
(20 teeth)
- 1 x Hex key (blade change)
- 1 x Parallel edge guide
- 1 x Instruction manual

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 4.2: 185 MM DIAMOND BLADE DETAIL OF OFFER (to be completed by Bidder)

The 185 MM Circular Saw Diamond Blade shall meet


the following requirements:
 Thickness: 2.3 mm

33
 Bore:20 mm

 Style: Diamond

 Size: 185 mm

 Item Weight:399 g

 Blade Type: Segmented

 Ideal for cutting brick, concrete and stone


 Hardened blade body ensures the blade runs truer
for longer
 High concentration of diamond for longevity
 Suitable only for use with an Evolution saw
 Fast clean and accurate cutting capability

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 4.3: 185MM CIRCULAR SAW BLADE DETAIL OF OFFER (to be completed by Bidder)

The 185 MM Circular Saw Blade shall meet the


following requirements:

 The saw blade must be suitable for aluminium, mild


steel, plastic and wood.
 Maximum speed: 4400rpm
 Thickness (mm):1.2mm
 Diameter (mm):185mm
 Disc bore: 20 mm
 Material: Carbon steel

34
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

ITEM 4.4: TWIN SAW DETAIL OF OFFER (to be completed by Bidder)


The Twin Saw shall meet the following requirements:

 Have two blades rotating in opposite directions


quickly and easily make clean cuts in wood, metal,
plastic, and other materials.

 Accessories include shall be saw blades, blade


guard, 10 lubricating sticks.
 Speed: 4200 RPM
 AC Volts: 120
 Saw Length: 37,46 cm
 Saw Width: 12,7 cm
 Abor Size: 1,59 cm
 Amperage (amps): 7.5
 Blade Size: 12,7 cm
 Depth cut: 3 cm
 Height of saw: 17,78 cm
 Weight of saw: 3,19 Kg

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

35
ITEM 4.5: TWIN SAW REPLACENT BLADE. DETAIL OF OFFER (to be completed by Bidder)

Twin Saw Replacement Blades shall meet or exceed


the following requirements:

 12,7 cm 32T Double Cut Circular Saw Blade 2


Pc
 C2 tungsten carbide tips
 Heat treated steel body
 Ideal for cutting plastic, wood and metal
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

ITEM 4.6: POWER RESCUE CUTTER DETAIL OF OFFER (to be completed by Bidder)

The Power Rescue Cutter shall meet or exceed the


following requirements:

 Features: Dual Charge, Active Air Filtration(TM),


SmartCarb(TM), DuraStarter(TM)
 Max. RPM: 4700
 Corded/Cordless: Corded
 Engine Displacement: 94cc

36
 Tool Weight: 11.48 Kg.
 Max. RPM: 4700

 Blade Dia.: 30.48 cm


 Item - Handheld Concrete Saws: Handheld
Concrete Saw
 Includes: Wet Cutting Kit
 Application: Cutting Stone, Concrete, Masonry,
Asphalt, Metal, Rebar, Brick, Block, Wet or Dry
With Correct Blade (not included)
 HP: 6.1
 Length: 71.12 cm
 Motor Type: 2-Stroke Engine
 Tool Weight: 11.44 Kg.
 Arbor Size: 2.54 cm
 Primary Application - Handheld Concrete Saws:
Brick, Cinderblock
 Width: 24.13 cm
 Depth of Cut: 10.16 cm
 Cutting Type: Wet/Dry
 Item: Rescue Saw
 Fuel Tank Capacity: 32.0 oz.
 Height: 46.36 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

ITEM 4.7: ELECTRIC HEAVY DUTY NAIL GUN DETAIL OF OFFER (to be completed by Bidder)
(CONCRETE)

The electric heavy duty nail gun (concrete), shall meet


or exceed the following requirements:

 Impact adjustable.
 Contact safety switch depress to fire.
37
 Side loading of staples and nails.
 Easy jam clear mechanism.
 Over moulded soft grip
 Voltage: 220V/ 60Hz
 Staple wire specification: 1.25x1.0mm (18 Gauge)
 Nail wire specification: 1.25x1.0mm (18 Gauge)
 Staple / Nail loading capacity: 100pcs
 2,2M Electrical cable
 South Africa electrical plug
 Type: staple and nail
 Power Source: Electricity
 Capacity: 20shot/m
 Rated current: 9A
 Staple width: 5.7mm
 Staple length: 19 mm
 Staple thickness: 1.25mm
 Nail width: 2mm
 Nail length: 25mm
 Nail thickness: 1.25mm
 1x Hexagon key.
 1x Electrical Nail Box Plastic Box
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 4.8: HAND SAW DETAIL OF OFFER (to be completed by Bidder)

38
The Hand Saw Replacement Blades shall meet the
following requirements:

 Shall have a hardwood handle is designed for all-


purpose woodworking applications.
 Have a 66,04cm 10 TPI high carbon steel blade
that is ideal for rougher, more aggressive cuts.
 The blade must be precision set and have
sharpened teeth to provide a greater cutting ability.
 Must feature a weather-resistant dark stained
hardwood handle.
 Weight: 0,748 kg
 Dimensions: 73,66 cm x 16.51 cm x 0.254 cm
 Size: 66,04 cm
 Materials: Steel and wood.
 Blade Edge: 66,04 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 4.9: HAND SAW. DETAIL OF OFFER (to be completed by Bidder)

The Hand Saw Replacement Blades shall meet the


following requirements:

 Timber Handsaw for the coarse cutting of wood


 Fleam-toothed, non-hard point
 The teeth can be re-sharpened by using a file
 Blade Length: 600mm
39
 It comes with reusable plastic patented tooth
protector.
 Weight: 399.72 g
 Dimensions:2,54 cm x 18.03 cm x 18.03 cm
 Size: 60.96 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 4.10: BULLET CHAIN SAW DETAIL OF OFFER (to be completed by Bidder)

The Bullet Chain Saw shall meet the following


requirements:

 Engine Type: Air Cooled Single Cylinder Two


Stroke.
 Displacement: (87.9 cc)
 Bore: (55 mm)
 Stroke: (37 mm)
 Ignition System: Electronic, one piece modular, CD
 Compression ratio: 10.3:1
 Cylinder/Piston: Closed ported, dual rings with four
transfer ports.
 Cylinder Material: Chrome Bore
 Maximum Speed: 13,500 RPM
 Horse Power: 5.26 kW
 Ignition system type:
 Spark Plug: Champion CJ7Y or NGK BPMR7A
 Gap: 0.5mm
 Fuel Rating: Use 87 octane or higher.
 Tank Capacity: 0.90 L
 Fuel: Petrol Chainsaw

40
 Speed: Variable Speed
 No Load Time: 30 mins
 No Load Speed: 3000 RPM
 Power Consumption: 40.2CC
 Some features are:

- Low maintenance
- Rugged construction
- Smooth edges
- Weight: 4.6 Kg

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

ITEM 4.11: CONCRETE CUTTING CHAIN SAW. DETAIL OF OFFER (to be completed by Bidder)

The Bullet Chain Saw shall meet the following


requirements:

 Engine Type: 2-stroke, Air-cooled


 Displacement: 5.7 cu in (94 cc)
 Horsepower: (4.8 kW) @ 9,000 RPM
 Torque:(5.7 Nm) @ 7,200 RPM
 Engine Speed: 9,300 +/- 150 RPM (max)
 Idle Speed: 2,700 +/- 100 RPM
 Spark Plug: NGK BPMR7A or Champion RCJ6Y
 Gap: (0.5 mm)
 Weight: (10.1 kg) Power head only
 Dimensions: (46 cm) length
 Height: (36 cm)
 Width: (33.02 cm)
 Air Filter: Water Resistant Polyester
 Carburettor: Walbro RXJ-5A, Throttle Shaft Sealed
41
 Starter: Dust and Water Resistant
 Ignition: Momentary contact on/off switch
 Clutch: Centrifugal, Three Shoes, Three Springs
 Water and Concrete Slurry Sealed
 Fuel Ratio: 100:1 Cutters Edge Synthetic 2-cycle
oil
 Fuel Capacity: (1 litre)
 Water Supply: CE7COI - (3.45 bar) ...GCP - (1.5
bar)
 Water Flow: Minimum: (7.5 litres/min)
 Noise Level: 106 dB(A) at (1 m)
 Vibration Level: 3.9 m/s (front handle)
 4.1 m/s (rear handle)
 Diamond Chain: Available with 7COI Diamond
Chain.
 Lengths: (30.48 cm)

 Concrete Cutting Chainsaw should produce no


concrete dust and must cut materials up to 40.64
cm thick
 Just one single water line with only a 2 gallon per
minute flow at 20 psi is needed to cool and
lubricate the chain, preventing concrete cutting
dust
 Shall Cut Reinforced Concrete up to 40, 64 cm
thick.
 Shall cut a wide range of materials; including
reinforced concrete (rebar), masonry brick,
concrete block, natural stone and abrasive
concrete
 A powerful 5.7 cu Inch (94cc) engine engineered
specifically for concrete cutting with an advanced
crankshaft sealing design, sealed throttle shaft,
waterproof ignition and a special air filtration
system are just some of the

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

42
ITEM 4.12: CONCRETE CUTTING CHAIN SAW RE DETAIL OF OFFER (to be completed by Bidder)
PLACEMENT CHAIN.

 Diamond Chain: 7COI Diamond Chain.


 Lengths: (30.48 cm)

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

ITEM 4.13: HEAVY-DUTY FIRE RESCUE SAW. DETAIL OF OFFER (to be completed by Bidder)

The Heavy Duty Fire Rescue Saw shall meet the


following requirements:

 Designed for “plunge cuts” and maximum carbide


chain performance.
 The saw must include a guide bar, chain,
sprocket and depth gauge.
 Adjustable Depth Gauge - The KIS-40 depth gauge
 High Alloy Guide Bar.
 The bar must have a precision-milled guide
groove, hardened rails and totally integrated
sealed nose bearings
 Saw shall have COBALT alloy inserts at wear
points.
 The Raptor Carbide Chain shall feature an “open
dual raker” design to protect the carbide cutters
and control the depth of cut
 Plated Steel Splash Guard: Strong and durable
to
Protect the saw during extreme cutting
operations.
 Professional-grade engine, glove grip
Starter handle, ergonomic full-wrap handle, air-
injection filtration system, screech tool mounted
on handle, one-step choke/start/stop switch.

 Engine / HP: 5.8hp, 70.6cc


 Weight: 10.89 Kg
 Bar: 50.8 cm
 Chain: Raptor Carbide

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

43
ITEM 4.14: HEAVY-DUTY FIRE RESCUE SAW DETAIL OF OFFER (to be completed by Bidder)
REPLAEMENT BLADE.

Chain: Raptor Carbide

For example :

ITEM 4.15: BROZE AXE DETAIL OF OFFER (to be completed by Bidder)

The Bronze Axe shall meet or exceed the following


requirements:

 Inlaid brass plate included with 3 lines of


personalized type.
 Max 30 characters per line
 Inlaid brass plate included with 3 lines of
personalized type 91,44 cm Maltese Cross
 Inlaid brass plate included with 3 lines of
personalized type
“City of Tshwane Emergency Services”

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

44
ITEM 4.16: FLAT HEAD FIRE AXE. DETAIL OF OFFER (to be completed by Bidder)

The Flat Head Axe shall meet or exceed the following


requirements:

 Handle construction shall be a solid Hi-Viz


pultruded fiberglass with non-slip grip
 A yellow handle construction shall be a strong
pultruded fiberglass core with injection molded
jacket for added strength
 The Axe heads shall be bonded to the fiberglass
handle with strong two-part epoxy.
 The Axe heads shall be a drop forged with high
carbon.
 2,722 Kg in weight
 12,7 cm in Edge,
 91,44 cm in length steel

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 4.17: FLAT HEAD FIRE AXE. DETAIL OF OFFER (to be completed by Bidder)

45
The Flat Head Axe shall meet or exceed the following
requirements:

 Have a flat head.


 2,722 Kg in weight
 12,7 cm in Edge,
 91,44 cm in length,
 Fiberglass Handle.
 Handle construction shall be a solid Hi-Viz
pultruded fiberglass

 Axe head shall be a drop forged with high carbon


steel.
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 4.18: PICK AXE DETAIL OF OFFER (to be completed by Bidder)

The Pick Head Axe shall meet or exceed the following


requirements:

 Head Type: Pick Head


 Head Material: Carbon Steel
 Color: Yellow
 Head Weight: 2,77K Kg.
 Head size: 12,06 cm
 Overall Length: "
 Overall Width: 91,44 cm"
 Handle material: Fiberglass
 Handle Design: Straight
 Surface of handle: Non-slip Grp

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

46
For example:

ITEM 4.19: FIRE BRIGADE HATCHET INCL. DETAIL OF OFFER (to be completed by Bidder)
POST WRENCH

The Fire Brigade Hatched shall meet or exceed the


following requirements:

 Red-painted head with ground splitter and narrow


pike at the other side, with oval tubular steel
handle inserted into the head.
 Non-slip rubber hand guard with integrated
triangular key for bollards, hydrants etc.
 The integrated bollard key makes this quality
hatchet ever more useful to firemen and
increases the number of uses considerably.
 Sturdy forged and smartly chrome plated
triangular socket spanner insert integrated in end
of handle.
 The hatchet therefore makes it possible to open
any posts or bollards. in accordance with
 Length: 33 cm
 Weight: 1 kg

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

47
ITEM 4.20: CHAINSAW CHAPS (INDUSTRIAL DETAIL OF OFFER (to be completed by Bidder)
FORESTRY SAFETY HELMET AND HEARING
PROTECTION SYSTEM).

The Industrial Forestry Safety Helmet and


Hearing Protection System shall meet or exceed
the following requirements:
 Shall be 5 in 1 safety helmet comes with helmet,
adjustable/removable earmuffs, plastic visor,
and mesh visor, providing dynamic protection
for any job
 Provide the protection needed when using
chainsaws, brush cutters, and trimmers, ideal
for forestry type work
 Secures firmly on head and convenient dial
knob makes it easy to adjust the circumference
20 - 24.5 inches (50.8-62.23 centimetres).
 Lightweight, interchangeable mesh and plastic
visors provide shielding from debris.
 Weight: 1.61 Kg
 Dimensions: 30.48 x 22.86 x 16.51 cm
Colour: Orange/Yellow

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

Example:

48
ITEM 4.21: CHAINSAW CHAPS (Forester Chainsaw DETAIL OF OFFER (to be completed by Bidder)
Apron Chaps with Pocket).

The Industrial Forestry Forester Chainsaw Apron


Chaps with Pocket shall meet or exceed the following
requirements:

 Apron Style Chainsaw Protective Chaps.


 Sleek, durable, lightweight, and comfortable
chaps are oil- and water-resistant.
 Chaps feature a large side pocket, and a flip
adjustment belt for a perfectly secure fit
 Dimensions: 22.86 x 33.02 x 6.35 cm
 Weight: 0.58 Kg
 Colour: Orange
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

ITEM 4.22: CHAINSAW CHAPS (4 SSET OF HIGH DETAIL OF OFFER (to be completed by Bidder)
IMPACT PLASTIC FELLING WEDGE).
49
The 4 Set of High Impact Plastic Felling Wedge
shall meet or exceed the following requirements:

 Weight: 0.09 Kg
 Dimensions: 0.508 x 0.508 x 0.508 cm
 Size: Set of 4 – 13.97 cm
 Material: Plastic
 Colour: Orange
For example:

ITEM 4.23: CHAINSAW CHAPS (Functional Saw DETAIL OF OFFER (to be completed by Bidder)
Protection Gloves).

The Functional Saw Protection Gloves shall meet or


exceed the following requirements:

 Cut resistant in left hand


 Spandex fabric back
 High visibility colours.
 Reflective Crown H logo
 Goatskin palm, high visibility colors and a
reflective Crown H logo.
 Dimensions: 28,44 cm x 12,44 cm x 2,03 cm
 Weight: 5.6 ounces
 Colour: Black/Orange/Grey
 Size: Large
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.

For example :
50
ITEM 4.24: WOOD CHISSELS DETAIL OF OFFER (to be completed by Bidder)

The Wood Chisels shall meet or exceed the following


requirements:

 Consist of a set 12 pieces of wood chisels


 Assorted tip shapes and sizes for a variety of
projects
 Adopting high quality carbon steel
 Have Wooden handles
 With a plastic pouch for easy storage and
transportation
 For wood working, carving projects, lathes,
etc.
 Chisels must be polished for a fine finish
 Chrome plated ferrules must prevent handles
from splitting under pressure
 Proportionately wooden handles must offer
plenty of stability and control
 Every cutting edge shall be honed and buffed
ready for immediate use
 Main Material: Manganese Steel
 Shank Material: Wood
 Length of Each Chisels: Approx. 20.5cm
 Product Dimensions (L x W): 35cm x 27cm
 Product Weight: Approx. 900g
 Come in Tool Roll Bag
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.

For example:

51
ITEM 4.25: CARPENTER SQUARE DETAIL OF OFFER (to be completed by Bidder)

The Carpenter Square shall meet or exceed the


following requirements:

 Material: Carbon steel


 Blade length: 300mm
 Tongue length: 200mm
 Thickness: 2.0mm
 Angle: 90 degrees
 The square consists of a long arm and a
shorter one that are perpendicular to each
other at exactly 90 degrees.
 Come in a box
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.

For example :

DETAIL OF OFFER (to be completed by Bidder)


ITEM 4.26: CARPENTERS SPEED SQUARE

The Carpenter Speed Square shall meet or exceed


the following requirements

 Triangular Carpenters Marking Tool


52
 Aluminium alloy construction
 Precision markings
 Speed squares are a quick saw guide for cutting
45- and 90-degree angles
 You can use the speed square to mark an angle,
such as when cutting a rafter tail, by holding the
pivot point against the board
 Swing the square until you read the desired
angle on the board's edge, and make your mark
 Size: 185mm x 260mm
 Come in a box

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 4.27: CARPENTER’S PENCILS. DETAIL OF OFFER (to be completed by Bidder)

The Carpenter’s pencils shall meet or exceed the


following requirements:

 Octagonal red hard black lead carpenter pencil


woodworking marking tool.
 7.5 cm long
 1.3 cm wide
 0.7 cm broad
 Come with a sharpener tool.
 Come in a box

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall

53
give the main features of the product and information
on compliance with standards.

For example :

ITEM 4.28: ROCKET CLAW HAMMER DETAIL OF OFFER (to be completed by Bidder)

The Rocket Claw Hammer shall meet or exceed the


following requirements:

 Tubular Steel handle hammer


 453,59 grams, smooth face, curved claw
 Head forged of high carbon steel with a heat
treated steel handle for strength and balance.
 Have a cushioned rubber grip for shock
absorption and a reduction in fatigue.
 Have 33,65 cm tubular handle rubber grip.
 Head Length: 12.7 cm
 Face: 2.5 cm
 Length: 35 cm
 Weight: 0.68 Kg

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 4.29: STEEL FRAMING CLAW HAMMER DETAIL OF OFFER (to be completed by Bidder)

54
The Steel Framing Claw Hammer shall meet or
exceed the following requirements:

 680,39 g head
 Milled face
 Length: 38,1 cm
 Weight: 1,45 kg
 Width: 10,16 cm
 Height: 2,54 cm
 Depth: 40,64 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 4.30: TITANIUM CLAW HAMMER. DETAIL OF OFFER (to be completed by Bidder)

The Titanium Claw Hammer shall meet or exceed the


following requirements:

 Have a serrated face grip nail head


 Magnetic nail holder
 43,18 cm heavy duty fibreglass handle.
 One-piece titanium head which swing faster
with less effort for increased nail driving
 Weight: 0,998 kg
 Width: 10,16 cm
 Height: 2,54 cm
 Depth: 40,64 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

55
SECTION 5: TOOLS-METAL

ITEM 5.1: SOLID FRAME HACKSAW DETAIL OF OFFER (to be completed by Bidder)

The Solid Frame Hack Saw shall meet or exceed the


following requirements:

 Solid metal frame designed for tension up to


102,058 kg.
 30,48 cm Fixed blade length, 11,112 cm cutting
depth
 90° and 180° adjustable blade angles allowing flush
cuts
 Large, comfortable tension knob with a full-grip
handle
 Blade Length: 30,48 cm
 Blade Width: 305 mm
 Handle Material: Plastic/Rubber
 Overall Length: 28,448 cm
 Points Per cm:63,5 cm
 Teeth per cm: 60.96 cm
 Throat Depth: 11,112 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 5.2: SOLID FRAME HACK SAW BLADE. DETAIL OF OFFER (to be completed by Bidder)

56
The Solid Frame Hack Saw Blade shall meet or
exceed the following requirements:

24T x 30,48 cm Carbon Steel Blade

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

ITEM 5.3: METAL MINI-HACK UTILITY SAW DETAIL OF OFFER (to be completed by Bidder)

The Mini- Hack Utility Saw shall meet or exceed the


following requirements:

 Cast-aluminium handle which is lightweight,


comfortable and durable

 Handle covers blade to help protect user’s hands

 Blade Length: 25,4 cm

 Handle Material: Metal

 Overall Length: 27,94 cm

 Style: Hack

 Teeth per cm:60,96

 Come in a storage container


The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

57
ITEM 5.4: METAL MINI-HACK UTILITY SAW DETAIL OF OFFER (to be completed by Bidder)
BLADE.

The Mini- Hack Utility Saw Blade shall meet or exceed


the following requirements:

 Carbon Steel Blade


 Blade Length: 25,4 cm
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.
For example:

ITEM 5.5: ANGLE GRINDER DETAIL OF OFFER (to be completed by Bidder)

The Angle Grinder shall meet or exceed the following


requirements:

 High performance motor with enough power for


masonry cutting and high heat resistance.
 Will have labyrinth construction which protects all
ball bearings from dust and debris.
 Small circumference barrel grip for easy handling.
 Shaft lock for easy wheel changes.
 Easier repairing of gear section assembled with
key.
 Double Insulation.
 Continuous rating input : 840W
 Wheel diameter:115mm
 No load speed (r/min) 11,000r/min
 Dimensions: 271 x 129 x 106mm
 Net weight: 2.0kg
 Power supply cord: 2.5m

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

58
ITEM 5.6: ANGLE GRINDER DISC DETAIL OF OFFER (to be completed by Bidder)

The Angle Grinder Disc shall meet or exceed


the following requirements:

 Disc Bore Size: 22.2 mm


 Max. RPM: 13300 rpm
 Pack Size: 5
 Pieces in Pack/Case: 5
 Product Diameter:115 mm
 Product Thickness: 1 mm
 Product Type: Metal Cutting Disc
 Suitable Application: Cutting
 Suitable Sawing Material: Metal
 Total Product Weight 0.3 kg

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 5.7: HEAVY DUTY AIR NIBBLER DETAIL OF OFFER (to be completed by Bidder)

The Heavy Duty Nibbler shall meet or exceed the


following requirements:

 Easy to operate and control, Perfect for accurate


cutting and good for tight corners and circles
 Used for nibbling plastic, tin, aluminum and
others metals.
59
 Lock-off lever for low-speed starting 4 optional
cutting positions.
 Power tool is ergonomically designed to work in
tight corners and circles.
 Rear exhaust directs air away from work area
Applications accurate cutting of steel and
aluminum best for tight corners and circles.
Specifications: Strokes per minute: 2750,
Shipping Weight: 4.00 lbs.
 Item Weight: 1,021 kg
 Dimensions: 22,224 cm x 22,098 cm x 5,334 cm
 Power Source: air-powered.
 It must have a rugged nibbling head and 449,58
cm diameter that punch cuts steel up to 1,524
mm (16 gauge) and aluminum up to 259.08 cm
(10 gauge).
 Strokes per minute: 2750

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 5.8: HEAVY DUTY BOLT CUTTER DETAIL OF OFFER (to be completed by Bidder)

The Heavy Duty Bolt Cutter shall meet or exceed the


following requirements:

 The toggle joints must turn 22,68 kg of hand


pressure into 1814,369 kg of cutting pressure.
 Have Tubular Steel Handles
 Have nose straps for longer jaw life
 Must be Heavy-duty
 Must have Extended nose straps
 Must have Extra heavy jaw bolts
 Weight: 6,532 kg
 Dimensions: 2,54 cm x 2,54 cm x 2,5 cm

60
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 5.9: POWER LINK BOLT CUTTER (MEDIUM). DETAIL OF OFFER (to be completed by Bidder)

The power link Bolt Cutter (Medium) Bolt Cutter shall


meet or exceed the following requirements:

 For use on: bolts, rods, screws, chain, bailing wire,


electric wire, padlock hasps, chain link fences and
much more
 Precision ground, induction hardened cutting
blades for extended edge life and cutting hard
materials
 Weight: 3,175 kg
 Precision ground, induction hardened cutting
blades for extended edge life and cutting hard
materials
 Dimensions: 50,8 cm x 30,48 cm x 7,62 cm
 Size: 60.96 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

61
ITEM 5.10: BALL PEEN HAMMER DETAIL OF OFFER (to be completed by Bidder)

The Ball Peen Hammer shall meet or exceed the


following requirements:

 Comfortable Grips: Textured, moulded rubber


cushion grips that are oil-resistant.
 Durable: Carbon steel forged steel head for
strength and longevity.
 Mechanic’s-Style: Oversized handles for sure grip.
 Handle: Fiberglass Handle
 Material: Forged Steel
 Colour: Orange
 Size: 680.38 g
 Weight: 0,599 Kg
 Dimensions: 3,556 cm x 0,254 cm x 1,27 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

DETAIL OF OFFER (to be completed by Bidder)


ITEM 5.11: CLUB HAMMER

The Club Hammer shall meet or exceed the following


requirements:

62
 Shall have a Sure Grip Handle
 Weight: 1.8kg
 Head Finish: Epoxy coated
 Total Length: 295mm
 Weight: 2.13kg

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 5.12: 9 x PIECES OF COLD CHISELS DETAIL OF OFFER (to be completed by Bidder)

The Cold Chisels shall meet or exceed the following


requirements:

 Forged from high-carbon molybdenum tool steel


and individually heat-treated to make them the
toughest striking tools Hardened, quenched and
tempered for long life and durability
 Chisels must be hardened the entire length with a
tempered striking end.
 Chisels must be designed to be re-sharpened
once they become dull
 Powder-coated finish for easy visibility
 Point Size:
- 6,35 mm
- 7,938 mm
- 9,525 mm
- 11,112 mm
- 12,7 mm
- 15,875 mm
- 19,05 mm
- 22,225 mm
- 25,4 mm

63
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 5.13: CHISEL HOLDER DETAIL OF OFFER (to be completed by Bidder)

The Chisel Holder shall meet or exceed the following


requirements:

 Wilde Punch & Chisel Holder / Hand Guard


 Weight: 294,835 g
 Adjustments: Must fits all chisels.
 Jaw Capacity: 12,7 mm
 Overall Length: 19,05 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

64
ITEM 5.14: ENGINEERS CHALK DETAIL OF OFFER (to be completed by Bidder)

The Engineer’s chalk shall meet or exceed the


following requirements

 French Chalk Sticks


 Be 5mm thick.
 Ideal for marking on Steel etc.
 Come in a box of 144 Sticks

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

SECTION 6: TOOLS MANSORY

ITEM 6.1: SLEDGE HAMMER. DETAIL OF OFFER (to be completed by Bidder)

The power Sledge Hammer shall meet or exceed the


following requirements:

 Material: Steel/Fibber Construction

65
 Weight: 6 Kg
 Colour: Black

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 6.2: ELECTRICAL BOLSTER DETAIL OF OFFER (to be completed by Bidder)

The Bolster shall meet or exceed the following


requirements:

 Octagonal shank electricians bolster with a


precision ground cutting edge.
 Hardened for performance
 Ideal for splitting and lifting floorboards, cutting
plaster and chasing
 Dimensions: 5.5cm x 25cm x 1.5cm
 Material: Metal
 Weight: 370g
 Blade width: 55mm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

66
ITEM 6.3: BRICK BOLSTER DETAIL OF OFFER (to be completed by Bidder)

The Bolster shall meet or exceed the following


requirements

 For the removal of concrete and mortar.


 Carbon Steel Construction
Drop-Forged
 Guarded Handle
 Black Powder-Coated Finish with Polished Tip
 Hexagonal Shaft
 Safety Comfort-Grip
 Corrosion-Resistant
 Length: 21,59 cm
 Blade Width: 25 mm
 Blade Width: 2,54 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

67
ITEM 6.4: MANSORY CHISELS DETAIL OF OFFER (to be completed by Bidder)

The Chisels (Masonry) meet or exceed the following


requirements

 6 Piece Set Alloy Masonry Chisel Set which is


sturdy and durable.
 Material: Chrome vanadium steel
 Colour: Gold
 Come with a storage container.
 Packing Size: 26 x 10 x 3 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

SECTION 7: TOOLS MESCELLENEOUS

ITEM 7.1: SOCKET & SPANNERS DETAIL OF OFFER (to be completed by Bidder)
(IMPERIAL/METRIC

 The 156-Piece Socket & Spanner Set -


Imperial/Metric shall meet or exceed the
following requirements:

68
 156-Piece Socket & Spanner Set - Imperial/Metric
 6,35cm Drive Standard Sockets Metric: 4, 5, 6, 7,
8, 9, 10mm
 Across Flats (A/F)4. 762, 5.556, 6.35, 7.144,
7.938, 8.731, 9.525mm
 152mm Diagonal Cutting Pliers
 178mm Combination Pliers
 250mm Adjustable Wrench
 Metric & Imperial Hex Keys – Long Ball Point
 Ratchet Screwdriver with bits
 Combination Spanners Metric: 8, 9, 10, 11, 12, 13,
14, 15, 16, 17, 18,19mm
 Across Flats (A/F): 9,525 mm, 11,112 mm, 12.7,
14.288, 15.875, 17.462, 19.05mm
 12,7 mm Drive Socket Accessories: Ratchet, 75,
125 & 250mm Extensions,
Uni Joint, Flex Bar
 12.7 Drive Standard Sockets Metric: 12, 13, 14, 15,
16, 17, 18, 19, 20, 21, 22, 23, 24, 26, 27, 28, 30,
32mm
 A/F: 12.7, 14.288, 15.875, 17.462, 19.05, 20.638,
22.225, 23.812, 25.4, 29.988, 28.575, 34.762,
31.75mm
 9.525 Drive Spark Plug Sockets: 15.875 &
20.638mm
 9.525 Drive Socket Accessories: Ratchet, 75 &
150mm Extensions, Uni Joint
 9.525 Drive Standard Sockets Metric: 8, 9, 10, 11,
12, 13, 14, 15, 16, 17mm
 Across Flats (A/F): 7.938, 9.525, 11.112, 12.7,
14.288, 15.875, 17.462, 19.05mm
 6.35 Drive Socket Accessories: Ratchet, 50 &
150mm Extensions, Socket
Driver, Uni Joint, Bit Holder
 152mm Long Nose Pliers

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:
69
ITEM 7.2 : PIPE WRENCH/STILSONS - ( (MEDIUM DETAIL OF OFFER (to be completed by Bidder)

The Medium Pipe Wrench shall meet or exceed the


following requirements

 Must be a Heavy-Duty Straight 45,72 cm Pipe


Wrench.
 Must feature sturdy ductile-iron housing and an
I-beam handle for long-lasting durability.
 Be a quickly adjustable full-floating forged hook
jaw featuring self-cleaning threads and easily
replaceable spring assembly, hook jaw and heel
jaw.
 Weight: 2,654 kg
 Dimensions:40,64 x 9,65 cm x 4,572 cm
 Size: Small
 Colour: Red
 Material: Cast Iron

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

70
ITEM 7.3: PIPE WRENCH/STILSONS -( (SMALL). DETAIL OF OFFER (to be completed by Bidder)

The Small Pipe Wrench shall meet or exceed the


following requirements

 Heavy-Duty Straight 35.56 Pipe Wrench is a


plumbing wrench.
Must feature sturdy ductile-iron housing and an
I-beam handle for long-lasting durability.
 Be a quickly adjustable full-floating forged hook
jaw featuring self-cleaning threads and easily
replaceable spring assembly, hook jaw and
heel jaw.
 Weight: 1,021 kg
 Dimensions: 33,02 x 8,128 x 3.048 cm
 Size: Small
 Colour: Red
 Material: Cast Iron

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

71
ITEM 7.4: PIPE WRENCH/STILSONS -(LARGE). DETAIL OF OFFER (to be completed by Bidder)

The Large Pipe Wrench shall meet or exceed the


following requirements

 Heavy-Duty Straight 60.96 cm Pipe Wrench is a


plumbing wrench that features sturdy ductile-iron
housing and an I-beam handle for exceptional
durability and leverage.
 Must feature sturdy ductile-iron housing and an I-
beam handle for long-lasting durability.
 Be a quickly adjustable full-floating forged hook
jaw featuring self-cleaning threads and easily
replaceable spring assembly, hook jaw and heel
jaw.
 Weight: 4,332 kg
 Dimensions: 56,642 x 10,16 x 5,08 cm
 Size: Large
 Colour: Red
 Metal: Cast Iron

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

72
ITEM 7.5: SPANNER SHIFTER (LARGE). DETAIL OF OFFER (to be completed by Bidder)

The Large Spanner Shifter shall meet or exceed the


following requirements

 Constructed from chrome vanadium steel with


phosphate finish.
 Precision hardened Anti corrosion.
 Incorporate 15-degree angle head with thin parallel
jaws.
 Jaw Capacity: 55.6 mm
 Overall Length: 324 mm
 Finish: Phosphate
 Material: Chrome Vanadium Steel.
 Heat treated up to: 48 Hard Rockwell C (HRC)
 Have an eyelet in handle for hanging from hooks or
lanyards.
 Handle type: Thermoplastic Grip
 Finish: Blacked
 Material: Alloy Steel.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

73
ITEM 7.6: SPANNER SHIFTER (MEDIUM). DETAIL OF OFFER (to be completed by Bidder)

The Medium Spanner Shifter shall meet or exceed


the following requirements:

 Constructed from chrome vanadium steel with


phosphate finish.
 Precision hardened Anti corrosion.
 Incorporate 15-degree angle head with thin parallel
jaws.
 Heat treated up to: 48 Hard Rockwell C (HRC)
 Jaw Capacity: 30 mm
 Overall Length: 254 mm
 Finish: Phosphate
 Material: Chrome Vanadium Steel
 Have an eyelet in handle for hanging from hooks
or lanyards.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.7: SPANNER SHIFTER (SMALL). DETAIL OF OFFER (to be completed by Bidder)
74
The Small Spanner Shifter shall meet or exceed the
following requirements

 Constructed from chrome vanadium steel with


phosphate finish.
 Precision hardened Anti corrosion.
 Incorporate 15-degree angle head with thin parallel
jaws.
 Jaw Capacity: 20mm
 Overall Length: 152.4 mm
 Finish: Phosphate
 Material: Chrome Vanadium Steel.
 Heat treated up to: 48 Hard Rockwell C (HRC)
 Have an eyelet in handle for hanging from hooks or
lanyards.
 Handle type: Thermoplastic Grip
 Finish: Blacked
 Material: Alloy Steel

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.8: 8 PIECE PHIILIP HEAD SCREW DETAIL OF OFFER (to be completed by Bidder)
DRIVERS

The 8 Piece Phillip Head Screw Drivers shall meet or


exceed the following requirements

 Type: Screwdriver Set


 Tip – Type: Phillips, Slotted
 Includes: Plastic Case
 Features: Black Tip
 Free Turning Cap
 Weight: 226.8 g
 Handles cushioned
 Magnetic tip of up to 1000 volts

75
 Have small hanging holes at the end to facilitate
hanging.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.9: 5 PIECE FLAT BLADE SLOTTED SCREW DETAIL OF OFFER (to be completed by Bidder)
DRIVERS.

The 5 Piece Phillip Head Screw Drivers shall meet or


exceed the following requirements:

 5 piece 1000v Ratchet Screwdriver Se


 With1000v interchangeable blades in nylon
pouch.
 Set Contains: 1 X 808060 Ratchet Handle,
 4 x Slotted blades, 1 x 0.4 x 2.5, 1 x 0.5 x 3.0,
1 x 0.8 x 4.0, 1 x 1.1 x 5.5 inches.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

76
ITEM 7.10: IMPACT DRILL DETAIL OF OFFER (to be completed by Bidder)

The Impact Drill shall meet or exceed the


following requirements:

 HP2051 Chuck type keyless Impact Drill


 Capacity: Concrete 20mm
 Steel:
- Hi: 8mmm x 8mm x 8mm
- Lo: 13mm x 13 mm x 16mm
 Wood:
- Hi: 25 mm x 25 mm x 25mm
- Lo: 40mm x 40mm x 40 mm
 No load speed:
- Hi: 0-2900R/M/0-2900/RM/0-2900R/M
- Lo: 0-1200/M/0-1200/R/M/0-1200R/M
- Blows/Minute Hi: 0-0-5800, 0-5800, 0-5800
- Blows Lo: 0-24 000, 0-24 000, 0-24 000
 Continuous rating input: 720 W.
 Overall Length: 362 mmm
 Net weight: 2.5 Kg
 Power cord length: 2.5m
 Double insulation.
 Reversing capability
 Mechanical: 2 speed
 Variable speed limiter
 Toque Limiter
 Must come with a carry case.
 Extra low vibration for reduced fatigue
 Dual purpose rotation only and rotation with
hammering.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example

77
ITEM 7.11: AIR OPERATED SOCKET WRENCH DETAIL OF OFFER (to be completed by Bidder)
KIT.
The Air Operated Socket Wrench Kit shall meet or
exceed the following requirements

 1Pc AT-5040
 10 Pc Air Sockets: 10,11,12,13,15,17,19,21,22,24,
m
 1Pc 5” Extension Bar
 1Pc Oil Pot
 1Pc Hex Wrench
 1Pc Nipple
 1Pc Plastic Case
 1Pc Mini Oiler
 Packing: 4 Sets/Carton quantity/19kgs
 Professional
 16mm Bolt capacity
 7000RPM Free speed
 30kg/cm Max Torque
 6.5mm Air inlet
 Average air consumption @ 100% duty cycle:
23CFM
 Working air pressure: 6.5 bar
 Single hammer clutch type
 Min compressor required: 5HP

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

78
ITEM 7.12: MULTI – GRIP DETAIL OF OFFER (to be completed by Bidder)

The Multi-Grip shall meet or exceed the following


requirements:

 Head polished
 Handle covered with non-skidding plastic
 Material: Chromium vanadium steel
 Hardened in oil and annealed
 Sure locking on the hinge to prevent unintended
adjustment.
 Setting to be per button directly on the work piece.
 Jaw Capacity Max. - Metric 27 mm
 Length: 125 mm
 Number of Adjustments:13
 Weight: 85 g
 Plier Type: Slip Joint
 Plier Material: Chrome-Vanadium Steel

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

Example

ITEM 7.13: COMBINATION PLIER. DETAIL OF OFFER (to be completed by Bidder)

A Combination Plier shall meet or exceed the


following requirements:

 Combination Plier
79
 Suitable for: Cutting/Clamping/Stripping
 After being subjected to a pressure of 20N, a
temperature of 70 degrees and current arc 5000
volts for 3 minutes, no pressure marks of lift-off
must appear on the insulation
 Jaw: 150 mm
 Type: Locking Pliers
 Application: Multi-Functional
 Handle Style: Bent
 Material: Chrome Vanadium
 Handle material: TPE Plastic
 Withstand voltage: 1000V

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.14: LONG NOSE PLIER DETAIL OF OFFER (to be completed by Bidder)

A Long Nose Plier shall meet or exceed the following


requirements:

 After being subjected to a pressure of 20N, a


temperature of 70 degrees and current arc 5000
volts for 3 minutes, no pressure marks of lift-off
must appear on the insulation
 Jaw: 200mm
 Handle Style: Bent
 Material: Chrome Vanadium
 Handle material: TPE Plastic
 Withstand voltage: 1000V

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.
For example:

80
ITEM 7.15: SIDE CUTTER DETAIL OF OFFER (to be completed by Bidder)

A Side Cutter shall meet or exceed the following


requirements:

 After being subjected to a pressure of 20N, a


temperature of 70 degrees and current arc 5000
volts for 3 minutes, no pressure marks of lift-off
must appear on the insulation
 Jaw: 200mm
 Handle Style: Bent
 Material: Chrome Vanadium
 Handle material: TPE Plastic
 Withstand voltage: 1000V

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.16: SET TIN SNIPS DETAIL OF OFFER (to be completed by Bidder)

Three set tin snips shall meet or exceed the following


requirements:

 Left, Right and Straight Cut Offset Tin Cutting


Shears with Forged Blade & kush'n-power Comfort
Grips.
 Longest lasting cutting edge - blades must be hot
drop-forged of molybdenum alloy steel and
austemper heat-treated for maximum strength and
durability
 Strongest handles - high tensile strength steel that
will not bend from hand pressure and provides
efficient conversion of hand force to cutting power
 Weight: 3.110 kg
 Dimensions: 3.048 x 24.13 x 41.148 cm
 Colour: Black, Yellow and Red Combo
 Material: Metal

81
 1 x Storage Bag

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

for example:

ITEM 7.17: 5 PIECE CENTER PUNCHES. DETAIL OF OFFER (to be completed by Bidder)

The 5 piece centre punches shall meet or exceed the


following requirements:

 Tips must be Hard & Precisely Ground for


accurate sizes
 Have knurled Body for easy gripping & epoxy
black finish for a rust free life
 Square head centre punch.
 Item Weight 249.929 kg
 Dimensions: 9.398 x 7.874 x 3.556 cm
 Colour: Epoxy Black
 Material: alloy tool steel
 Sizes of the Punches are 0.159 ,0.198, 0.238,
0.357 & 0.397 cm
 Come with a storage Container.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example :

82
ITEM 7.18: 4 PIECE NAIL PUNCHES. DETAIL OF OFFER (to be completed by Bidder)

The 4-piece nail punches shall meet or exceed the


following requirements:

 4 Piece nail punches


 Colour: Epoxy Black
 Material: alloy tool steel
 Set includes: 0,794 mm Nail Set, 1,588 mm Nail
Set, 2,381 mm Nail Set, 3,175 mm Nail Punches.
 Come with a storage container.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.19: MARLIN SPIKE DETAIL OF OFFER (to be completed by Bidder)

The Marlin Spike shall meet or exceed the following


requirements:

 Blade: Stainless Steel

83
 Handle: Black Plastic

 Blade length: 7.62 cm

 Closed length: 10.16 cm

 Total length: 19.05 cm

 Dimensions: 12.19 x 4.57 x 2.54 cm;

 Weight: 0.1 Kg

 Marlinspike with safety catch and an eyelet to


attach to clothing or equipment.
 Come in a pouch for storage.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

for example:

ITEM 7.20: HALLIGAN TOOL DETAIL OF OFFER (to be completed by Bidder)

The Halligan Tool shall meet or exceed the following


requirements:

 This forcible entry tool shall be forged from one


piece from alloy steel.
 Working end shall be treated for maximum strength,
toughness and wear resistant.
 The fork, horn and pry shall be designed for
leverage and strength.
 The widths and tapers shall be intended to allow
easy penetration.
 Forged-in ears (holes) are to allow for personal
customisation and strapping.
 Overall length: 91.44 cm.
 Shall be powder coated in a natural steel colour for
superior finish and deter rust.
 Weight (91.44 cm): 5.44 Kg.

84
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.21: HAZMAT HOOLIGAN TOOL. DETAIL OF OFFER (to be completed by Bidder)

The Hazmat Hooligan Tool shall meet or exceed the


following requirements:

 The Hazmat hooligan tool shall be a heavy-duty,


spark resistant forcible entry tool that was
designed for emergency service personnel
operating in the presence of hazardous vapors.
 The Hazmat hooligan too to feature a duckbill and
metal cutting claw.
 Standard Claw shall be gently curved for maximum
prying leverage and machine sharpened with
recessed nail puller.
 Claw will fit over locks; hasps & many gas shut-
offs.
 Standard Claw is gently curved for maximum
prying leverage and machine sharpened with
recessed nail puller.
 Metal Cutting Claw shall combine the capability of
prying & cutting heavy gauge metal & composites.

85
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.22: GOOSENECK WRECKING BAR DETAIL OF OFFER (to be completed by Bidder)

The Gooseneck Wrecking Bar shall meet or


exceed the following requirements:

 To be forged in piece to provide most durable.


Longest lasting strike tool.
 To be engineered to produce maximum torque
when pulling nails & prying boards
 Use angled chisel end for prying and lifting

 Slotted nail puller to provide maximum leverage for


extracting the toughest nails and spikes
 Weight: 5.4 pound

 Dimensions: 91.44 x 11.43 x 2.79 cm

Size: 91.44 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:
86
ITEM 7.23: FUBAR III CROW BAR DETAIL OF OFFER (to be completed by Bidder)

The FUBAR III Crow Bar shall meet or exceed the


following requirements:
 Have excellent for prying, splitting, board bending
and heavy striking jobs
 3.85 Kg total weight with precision balanced for
maximum striking power
 2-tier jaw sized for 2x lumber and decking

 Textured grip for excellent control and comfort

 Weight: 1.69 Kg

 Dimensions: 76.2 x 17.78 x 5.08 cm

 Size: 3.85 Kg

 Material: Metal
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

87
TEM 7.24: WRECKING BAR DETAIL OF OFFER (to be completed by Bidder)

The Wrecking Bar shall meet or exceed the following


requirements:

 Giant heavy-duty fork which rips through building


materials with ease
 Specially designed Z claw which quickly penetrates
drywall, wood slots, shingles and siding
 Forged from high-grade domestic steel for long-
lasting use
 Powder coat finish to prevent rust and corrosion

 Weight: 3.9 Kg

 Dimensions: 19.81 x 7.11 x 91.44 cm

Material: Steel

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.25: JIMMY BAR (PINCH) DETAIL OF OFFER (to be completed by Bidder)

The Jimmy Bar shall meet or exceed the following


requirements:

 76,2 cm in length Jimmy Bar


 22,225 mm in diameter
 Forged from chrome alloy steel

 Heat-treated to resist bending

 Weight:1, 81 kg

88
 Dimensions: 73.91 x 2.79 x 2.79 cm
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.26: 2 SET OF SAW HORSES. DETAIL OF OFFER (to be completed by Bidder)

The Set of Saw Horses shall meet or exceed the


following requirements:

 Sawhorse 2-Pack | Heavy Duty Bench Horse Table


Stand with Folding Legs and Metal Top for 2x4
 Fold-n-go: the speed horse saw horse is designed
to set up and take down quickly.
 The foldable legs collapse in seconds, saving
precious time.
 Be capable to support up to 680,389 Kg – 907,184
Kg.
 The pre-drilled metal table top which allows you to
screw in a 2x4 wood piece to be used as a
makeshift table top.
 The sawhorse without a top must be 80.01 cm tall.
 Cutting convenience: This must-have accessory
comes pre-assembled right out of the box.
 With its collapsible feet and rigid design, it’s perfect
for furniture building or any job that needs to be
done with speed and precision.
 Weight: 38.7 pounds
 Dimensions: 47 x 8.2 x ??
 Material: Steel
 Components: 2x Speed horse.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

89
ITEM 7.27: GLASS CUTTER DETAIL OF OFFER (to be completed by Bidder)

The Glass Cutter shall meet or exceed the following


requirements:

 Glass cutter shall be of a heavy duty cutter.


 Width: 5.0 cm
 Height: 22.0 cm
 Depth: 0.8 cm
 Gross weight: 0.1Kg
 Type of blade: Standard
 Type of product: Manual glass cutter
 Diameter of the wheel: 4mm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

90
ITEM 7.28: SPIRIT LEVEL DETAIL OF OFFER (to be completed by Bidder)

The Spirit Level shall meet or exceed the following


requirements:

 Noble Spirit Level-45cm with 3 Vials.


 Made from high impact ABS plastic.
 Easy to handle, lightweight, 3 vials.
 Overall Length 45cm
 Accurate to 2mm/m.
 Top Read Centre vial.
 Shock resistant level with top read vial for easy
readability.
 Three 3 vials (0-90 - 45)-1 horizontal, 1 vertical, 1
inclined at 45
 Colour-Yellow or Orange.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.29: STUD FINDER DETAIL OF OFFER (to be completed by Bidder)

The Stud Finder shall meet or exceed the following


requirements:
 The item is Black & Decker BDL190S Bullseye
Auto-Levelling Interior Line Laser with Stud Sensor.
 Used for Test & Measurement, Levels

 Two tools in one--an auto-levelling laser level and a


stud sensor.
 Detects wood, metal, studs and live A/C wires.

 Weight: 0.54 Kg

 Dimensions: 20.07 x 7.11 x 26.67 cm

 Batteries: 2 AA Batteries

 Colour: Black

91
 Material: Aluminium

 Measuring System: Metric

 Special features: Self level

 Usage: Personal

 Battery Type Cell: Alkaline

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.30: FOLDING LADDER DETAIL OF OFFER (to be completed by Bidder)

The Folding Ladder shall meet or exceed the following


requirements:

 4x4 16-Step Aluminium Multi-Purpose Foldable


Extension Ladder Silver
 Made with high-quality aluminium material, this
ladder must be lightweight yet durable enough for
long-term use.
 It must be in folding style, supporting the maximum
height up to 470cm.
 Due to foldable design, it must be easily stored with
little space occupied.
 It must also come with iron hides and workbench
for convenient operation.

92
 Meticulous treatment, delicate design and wearable
performance
 16-step ladder in folding style, can be lengthened to
470cm.
 Material: Aluminium
 Colour: Silver
 Folded Length: 12cm
 Weight: 1212690g
 Space between rungs: 27.94 cm
 Maximum Load: 150 Kg
 Ladder Height: 207.01cm
 Maximum Height: 470cm
 Package must include:
- 1 x Folding Ladder
- 2 x Iron hides
- 1 x Workbench (UK).

 The bidder shall provide a brochure from the


manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.

For example:

ITEM 7.31: FIRE BUCKET DETAIL OF OFFER (to be completed by Bidder)

The Fire Bucket shall meet or exceed the following


requirements:

 Bright Red Galvanized Metal Tin Food Safe Fire


Bucket
 Type: Bucket
 Material: Metal, Galvanized steel
 Metal: Galvanized Steel.

93
 Size: 18 cm
 Colour: Pantone
 Non Toxic: Yes
 Rust Proof: Yes

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.32: SHORT HANDLE SHOVEL. DETAIL OF OFFER (to be completed by Bidder)

The Short Handle Shovel shall meet or exceed the


following requirements:
 Bond Mini D Handle Shovel Mini

 D-handle shovel designed for efficient moving and


lifting
 Durable heat treated head

 Comfortable soft non-slip grip

 Strong, lightweight steel handle

 Rust resistant powder coated paint

 Dimensions: 70.1 x 34.54 x 19.05 cm

 Weight: 0.79 Kg
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

94
ITEM 7.33: SCOOP SHOVEL DETAIL OF OFFER (to be completed by Bidder)

The Scoop Shovel shall meet or exceed the following


requirements:

 Aluminium Scoop with Hardwood Handle and D-


Grip, 114.3 cm
 Aluminium blade shall be rust proof
 Thick aluminium alloy for maximum strength
 Large poly D-grip for leverage and control
 Hardwood handle for strength and durability
 Dimensions: 28.45 x 38.1 x 115.57 cm
 Weight: 160 Kg

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

95
ITEM 7.34: LONG HANDLE SHOVEL. DETAIL OF OFFER (to be completed by Bidder)

The Long Handle Shovel shall meet or exceed the


following requirements:
 Round point forged steel blade
 Comfort step for secure footing
 Cushion end grip for less fatigue
 114.3 cm Hardwood Handle
 Colour: Grey or Natural
 Length: 144.78 cm
 Weight: 1.81 Kg
 Dimensions: 144.78 x 22.352 x 13.46 cm
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.

For example:

96
ITEM 7.35: SPADE DETAIL OF OFFER (to be completed by Bidder)

The Spade shall meet or exceed the following


requirements:

 Blade width: 205mm


 Manufactured from carbon steel in a salt bath for
maximum durability and strength
 Grip: Metal Hilt
 Shaft: Steel
 Handle Length: 660mm
 Finish: Anti corrosive Black Head varnished shaft

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.36: A PICK DETAIL OF OFFER (to be completed by Bidder)

97
A Pick shall meet or exceed the following
requirements:

 Cyclone Short Timber Handle 2.7kg Road Pick's


versatile point and chisel design
 Lacquer-sealed Premium Australian Hardwood
Handle
 Tapered Oval Eye, 44x68 mm to 51x76 mm Eye
Depth 65 mm
 Product Dimensions (mm)W:35 H:60 L:575Package
Dimensions (mm)W:35 H:60 L:575
 Weight: 3.72kg ngated diamond points for soil
penetration

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.37: MATTOCK DETAIL OF OFFER (to be completed by Bidder)

The Mattock shall meet or exceed the following


requirements:

 High density fibreglass handle, horizontal and


vertical chisels and blades for chopping, cutting and
grubbing-out ground.
 Handle Length: 91.44 cm
 Product Type: 5 LB Mattock Fibreglass.

98
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.38: WHEELBARROW DETAIL OF OFFER (to be completed by Bidder)

The Wheelbarrow shall meet or exceed the following


requirements:

 Specification Type: Concrete


 Pan gauge: 0.8mm.
 Pan rim: 5mm Steel Reinforced.
 Pan capacity: 65l.
 Frame: 32mm X 1.6mm.
 Wheel: Pneimatic & Solid Rubber.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.39: ALLEN KEYS DETAIL OF OFFER (to be completed by Bidder)

99
Them Allen Keys shall meet or exceed the following
requirements:

 Nine (9) places allen key set


 jaw capacity 11/21N
 Max torque capacity 907.185 kg
 Material CR 40
 Sizes:
 1.5mm,2mm,2.5mm,
3mm,4mm,5mm,6mm,8mm,10mm
 Surface: black finished
 Case colour blue

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.40: DUCT TAPE DETAIL OF OFFER (to be completed by Bidder)

The Duct Tape shall meet or exceed the following


requirements:

 Red Coloured duct tape 4.78 cm548.64 cm


 Strong durable and easily conformable must stick to
virtually any surface.
 To be used indoor or outdoor on wood glass metal
concrete and more.

100
 Easy to tear off the roll the duct tape for shall be
curl-resistant and bonds well without leaving
behind a sticky mess.
 The tape must be tough and moisture-resistant.

 The tape must be waterproof for outdoor use and


resists fading and heat damage and leave a neat
finish.
 Item Weight: 0.43 Kg

 Product Dimensions: 13.21 x 4.83 x 13.21 cm


 Colour: Red

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.41: 5-Tray Cantilever Steel Tool Chest DETAIL OF OFFER (to be completed by Bidder)
Cabinet

The 5-Tray Cantilever Steel Tool Chest Cabinet shall


meet or exceed the following requirements:

 The steel cantilever toolbox equipped with 5 trays


for easy access to tools and parts, which can store
different tools up to 29.94 Kg
 The heavy-duty tool box is made of solid steel
 Durable Steel with Convenient Handle
 Finished in durable powder coat paint for years of
use.
 Red powder coat paint on all part of item is good
for preventing scratch and chemical resistance.

101
 Dimensions: 49.53 x 20.57 x 27.94 cm

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.42: CORE DRILL DETAIL OF OFFER (to be completed by Bidder)

 Air Cooled Motor minimum 2000 Watt


 3 Speed Gearing
 Compact Design
 Rotation Speed from 700 rpm to 3000rpm
depending on gear
 Max Torque 21Nm till 100Nm depending on
Gear
 Coring range wet 20mm to 170mm with stand
 Chuck type BI+
 Wet and dry drilling
 360 degree adjustable side handle with
integrated dust and water management
system
 Maximum weight of complete system 25kg
 Must include an Drill stand
 In line Circuit Protector
 Durable storage case
 Life time Manufactures Warrantee
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

102
Example:

ITEM 7.43: DIAMOND CORE DRILL BIT SET DETAIL OF OFFER (to be completed by Bidder)

Drill bit set shall consist of the following diameter


sizes
25.4mm
28mm
32mm
35mm
38mm
45mm
50mm
The length shall be 150mm each
Example:

ITEM 7.44: CONCRETE BREAKER DETAIL OF OFFER (to be completed by Bidder)

103
 Minimum rate of input 2000 Watts
 Minimum 2500 impacts per minute
 Weight maximum 32 kg
 Length less than 900mm
 Impact energy minimum 60 Joules
 Active vibration reduction
 Chiselling Performance minimum 35000
cm3/min
 Minimum of up to 5,5 Ton of concrete / hour
 Hammer drilling in materials up to 130 mm
minimum
 Heavy breaking ability
 Minimum vibration not more than the legal limit
of 7m/s2 over 4 hours of trigger time
 2 Narrow Flat Chisels 500mm minimum 25
mm flat head
 Durable storage case
 Life time Manufactures Warrantee
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

Example:

ITEM 7.45: HEAVY DUTY G-CLAMP 50mm X 25mm DETAIL OF OFFER (to be completed by Bidder)
- G-clamp shall have smooth running screw
threads with rotatable captive pads on the
lower clamping face.
- The clamp shall be finished in stove enamelled
blue.
- The G clamp shall be used in both
woodworking and metalworking.
- G Clamp shall be designed to hold objects in
place and prevent any movement. The hand
tool shall consist of two jaws.
- The upper edge of the ’G’ shall act as one jaw
and a threaded screw which comes through a

104
hole at the bottom shall provide the other jaw
for clamping workpieces.
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

Example:

ITEM 7.46: HEAVY DUTY G-CLAMP 100mm X DETAIL OF OFFER (to be completed by Bidder)
60mm

- G-clamp shall have smooth running screw


threads with rotatable captive pads on the
lower clamping face.
- The clamp shall be finished in stove enamelled
blue.
- The G clamp shall be used in both
woodworking and metalworking.
- G Clamp shall be designed to hold objects in
place and prevent any movement. The hand
tool shall consist of two jaws.
- The upper edge of the ’G’ shall act as one jaw
and a threaded screw which comes through a
hole at the bottom shall provide the other jaw
for clamping workpieces.
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

Example:

105
ITEM 7.47: HEAVY DUTY G-CLAMP 150mm X DETAIL OF OFFER (to be completed by Bidder)
80mm
- G-clamp shall have smooth running screw
threads with rotatable captive pads on the
lower clamping face.
- The clamp shall be finished in stove enamelled
blue.
- The G clamp shall be used in both
woodworking and metalworking.
- G Clamp shall be designed to hold objects in
place and prevent any movement. The hand
tool shall consist of two jaws.
- The upper edge of the ’G’ shall act as one jaw
and a threaded screw which comes through a
hole at the bottom shall provide the other jaw
for clamping workpieces.
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

Example:

ITEM 7.48: CURVED JAW LOCKING PLIER DETAIL OF OFFER (to be completed by Bidder)

 The elf-energizing lower jaw shall provide


three times more gripping power in
comparison with traditional locking pliers.
 Shall provide maximum torque without
requiring heavy input pressure.
106
 Shall have a trigger release that provides
maximum locking force
 Shall have a curved jaw for any style nut or
bolt head.
 The tool shall be constructed of high-grade
heat-treated alloy steel for maximum
toughness and durability.
 The tool shall have hardened teeth designed
to grip from any angle.
 The tool shall have a hex key adjusting screw
that tightens to adjust pressure and also to
provide a controlled release.
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

Example:

ITEM 7.49: HEAVY DUTY 3 TON JACK STAND DETAIL OF OFFER (to be completed by Bidder)

 Minimum height: 288mm


 Maximum height: 425mm
 The jack shall be constructed of sturdy,
welded steel for superior strength and safety.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

Example:

107
ITEM 7.50: HEAVY DUTY 6 TON JACK STAND DETAIL OF OFFER (to be completed by Bidder)

 Minimum height: 288mm


 Maximum height: 425mm
 The jack shall be constructed of sturdy,
welded steel for superior strength and safety.
The bidder shall provide a brochure from the
manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

Example:

ITEM 7.51: HEAVY DUTY 12 TON JACK STAND DETAIL OF OFFER (to be completed by Bidder)

 Minimum height: 288mm


 Maximum height: 425mm
 The jack shall be constructed of sturdy,
welded steel for superior strength and safety.
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the

108
product and information on compliance with
standards.

Example:

ITEM 7.52: 2 TON TROLLEY JACK DETAIL OF OFFER (to be completed by Bidder)

 The trolley jack shall be constructed from


heavy duty gauge steel with a one piece
mould lifted arm for added strength and
durability.
 The jack shall have an integrated by-pass and
safety valve to prevent jack damage from
excessive pumping and overloading.
 The jack shall have 360 degree heavy duty
rear swivelling castor wheels and rotating
head cap for manoeuvrability.
 The jack shall have a baked enamel finish to
prevent corrosion.
 Lifting range: 135 to 330mm
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.

Example:

109
ITEM 7.53: GRIP CROWBAR (GWALA) DETAIL OF OFFER (to be completed by Bidder)

The grip crowbar shall be constructed of medium-


carbon steel to be utilised for various utilities. The grip
crowbar shall be 1,8m x 32mm with a flat end.

The bidder shall provide a brochure from the


manufacturer covering the product offered which shall
give the main features of the product and information
on compliance with standards.

For example:

ITEM 7.54: CABLE TIES DETAIL OF OFFER (to be completed by Bidder)

 The cable tie shall be 200mm x 4.6mm, T50LL


 The cable tie shall be 4.6mm (W) x 445mm (L)
 The cable ties shall be supplied in a quantity of
500 bundle pack.
 The bidder shall provide a brochure from the
manufacturer covering the product offered
which shall give the main features of the
product and information on compliance with
standards.
Example:

110
4. STAGES OF EVALUATION
This bid will be evaluated in four evaluation stages namely:

 Stage 1: Administrative Compliance


 Stage 2: Mandatory Requirements
 Stage 3: Local Content and Production
 Stage 4: Preference Points System
4.1 ADMINISTRATIVE COMPLIANCE

All the bids will be evaluated against the administrative responsiveness


requirements as set out in the list of returnable documents.
4.2 MANDATORY REQUIREMENTS

The bidder shall comply 100% with the specifications and provide a brochure from
the manufacturer covering the product offered which shall give the main features
of the product. Product brochures shall be provided for each section. Bidders will
be disqualified on sections without product brochures and only sections with
brochures will be considered for further evaluation as per the table provided below:

Brochure provided
SECTION DESCRIPTION covering the main
features (yes/no)
Laminated beam. Structural collapse
Item 1.1
Solid timber
Item 1.2
Item 1.3 Solid timber
Plywood sheets.
Item 1.4
Brochure provided
SECTION 2 DESCRIPTION covering the main
features (yes/no)
Item 2.1 Marine plywood sheets

Item 2.2 Laminated beam.


Laminated beam.
Item 2.3
Item 2.4 Solid timber
Item 2.5 Solid timber

111
Wooden plank
Item 2.6
Brochure provided
SECTION 3 DESCRIPTION covering the main
features (yes/no)
Adjustable rescue Prop / Strut(1.20m
Item 3.1
Adjustable rescue Prop / Strut(3.20m
Item 3.2
Adjustable rescue Prop / Strut(5.60m)
Item 3.3
Mini trench box
Item 3.4
Standard trench box
Item 3.5

Item 3.6 A set of aluminium hydraulic shoring (1)

Item 3.7 Hydraulic shoring pump can


Hydraulic shoring release
Item 3.8
tool & hydraulic shoring release hook

A set of aluminium hydraulic shoring (2)


Item 3.9

Item 3.10 Trench jack kit

Item 3.11 Hydraulic pump kit.

Item 3.12 Inserts removal rods.

Item 3.13 Hydrojack modular system.


Item 3.14 Step chock
Item 3.15 Grib kit
Item 3.16 Compound sliding saw
Brochure provided
SECTION 4 DESCRIPTION covering the main
features (yes/no)
Item 4.1 Multi-Purpose Circular Saw
Item 4.2 185 mm diamond blade
185mm circular saw blade
Item 4.3
Item 4.4 Twin saw
Item 4.5 Twin saw replacing blade
Item 4.6 Power rescue cutter
Item 4.7 Electric heavy duty nail gun (concrete)
Item 4.8 Hand saw
Item 4.9 Hand saw
Item 4.10 Bullet chain saw.
Item 4.11 Concrete cutting chain saw.

112
Concrete cutting chain saw re placement
Item 4.12
chain.
Item 4.13 Heavy-duty fire rescue saw.
Heavy-duty fire rescue saw replacement
Item 4.14
blade.
Item 4.15 Broze axe
Item 4.16 Flat head fire axe.
Item 4.17 Flat head fire axe.
Item 4.18 Pick axe
Item 4.19 Fire brigade hatchet incl. post wrench
Chainsaw chaps (industrial forestry safety
Item 4.20
helmet and hearing protection system)
Item 4.21 CHAINSAW CHAPS (Forester Chainsaw
Apron Chaps with Pocket).
Item 4.22 Chainsaw chaps (4 set of high impact
plas tic felling wedge).

Item 4.23 Chainsaw chaps (functional saw protection


gloves).
Item 4.24 Wood chisels
Item 4.25 Carpenter square
Item 4.26 Carpenter speed square
Item 4.27 Carpenter’s pencils
Item 4.28 Rocket claw hammer

Item 4.29 Steel framing claw hammer


Item 4.30 Titanium claw hammer

Brochure provided
SECTION 5 DESCRIPTION covering the main
features (yes/no)
Item 5.1 Solid frame hacksaw
Item 5.2 Solid frame hacksaw blade
Item 5.3 Metal mini-hack utility saw

Metal mini-hack utility saw blade.


Item 5.4

Item 5.5 Angle grinder


Item 5.6 Angle grinder disc
Item 5.7 Heavy duty air nibbler
Item 5.8 Heavy duty bolt cutter

Item 5.9 Power link bolt cutter (medium).


Item 5.10 Ball peen hammer

113
Item 5.11 Club hammer
Item 5.12 9 x PIECES OF COLD CHISELS
Item 5.13 Chisel holder
Item 5.14 Engineers chalk
Brochure provided
SECTION 6 DESCRIPTION covering the main
features (yes/no)
Item 6.1 Sledge hammer
Item 6.2 Electrical bolster
Item 6.3 Brick bolster
Item 6.4 Mansory chisels
Brochure provided
SECTION 7 DESCRIPTION covering the main
features (yes/no)
Socket & spanners (imperial/metric
Item 7.1
Pipe wrench/stilsons - ( (medium
Item 7.2
Pipe wrench/stilsons -( (small).
Item 7.3
Pipe wrench/stilsons -(large).
Item 7.4
Spanner shifter (large).
Item 7.5
Spanner shifter (medium).
Item 7.6
Spanner shifter (small).
Item 7.7
8 piece phiilip head screw drivers
Item 7.8
5 piece flat blade slotted screw drivers.
Item 7.9

Item 7.10 Impact drill


Item 7.11 Air operated socket wrench
Item 7.12 Multi – grip
Item 7.13 Combination plier.
Item 7.14 Long nose plier
Item 7.15 Side cutter
Item 7.16 Set tin snips
Item 7.17 5 piece center punches
Item 7.18 4 piece nail punches.
Item 7.19 Marlin spike
Halligan tool
Item 7.20
Hazmat hooligan tool.
Item 7.21
114
Item 7.22 Gooseneck wrecking bar
Item 7.23 Fubar iii crow bar
Wrecking bar
Item 7.24

Item 7.25 Jimmy bar (pinch)


Item 7.26 2 set of saw horses.
Item 7.27 Glass cutter
Item 7.28 Spirit level
Stud finder
Item 7.29

Item 7.30 Folding ladder


Item 7.31 Fire bucket
Item 7.32 Short handle shovel

Item 7.33 Scoop shovel

Item 7.34 Long handle shovel.


Item 7.35 Spade
Item 7.36 A pick
Mattock
Item 7.37

Item 7.38 Wheelbarrow


Item 7.39 Allen keys
Item 7.40 Duct tape
5-tray cantilever steel tool chest cabinet
Item 7.41

Item 7.42 Core drill


Item 7.43 Diamond core drill bit set
Item 7.44 Concrete breaker
Item 7.45 Heavy duty G-clamp 500mm x 25mm
Item 7.46 Heavy duty G-clamp 100mm x 60mm

Item 7.47 Heavy duty G-clamp 150mm x 80mm

Item 7.48 Curved jaw locking plier


Item 7.49 Heavy duty 3 ton jack stand
Item 7.50 Heavy duty 6 ton jack stand
Item 7.51 Heavy duty 12 ton jack stand
Item 7.52 2 Ton trolley jack
Item 7.53 Grip crowbar (Gwala)

115
Item 7.54 Cable ties

4.3 LOCAL CONTENT AND PRODUCTION

The City shall only accept the specifications minimum threshold percentage and
requirements for local production and content as referred to in the National
Treasury designated sectors.

The stipulated minimum threshold for local production and content for textiles,
clothing, leather and footwear have been designated as a sector for local
production and content at a minimum threshold of 100%. The designation
constituted sub-sectors as per Standard Industry Classification codes of which
clothing, bags and footwear is part of the sub-sector.

Should the bidder not be able to comply with the minimum threshold, exemption
need to be submitted with the bid received from the Department of Trade and
Industry in order to be considered for further evaluation. Bidders that do not comply
with the above-mentioned requirements will be automatically disqualified for the
tabled item.

4.4 PREFERENCE POINT SYSTEM

All proposals will be evaluated in terms of the 80/20 Preferential Procurement


Policy Framework Act, 2000 (Act 5 of 2000) Regulations 2017
 80 points for price
 20 points for B-BBEE status (service provider to submit the certified copy of
the B-BBEE level rating certificate).
5. PRICING SCHEDULE

General

The descriptions in this Price Schedule shall be read in conjunction with the specification.

The unit price for each item in the Price Schedules shall include for all materials, labour,
profit, transport, etc.

The Price Schedules shall not be used for ordering purposes.

The bid is to be awarded on an as and when required basis for a period of three
years. Items must be priced individually at a cost per unit price. For evaluation
purposes, the tender will be awarded to the highest scoring bidder priced per
section.

The City of Tshwane reserves the right to request for conformity certification
on delivery (manufacture/laboratory) where such a product is required to
meet standards.

Schedule

116
UNIT PRICE
SECTION DESCRIPTION UNIT
R c

SECTION 1 BUILDING COLLAPSE EQUIPMENT

Laminated beam. Structural collapse


Item 1.1 1
Solid timber
Item 1.2 1
Item 1.3 Solid timber 1
Plywood sheets.
Item 1.4 1
TOTAL EXCLUDE VAT
VAT
TOTAL INCLUDE VAT

SECTION 2 TRENCH COLLAPSE EQUIPMENT

Item 2.1 Marine plywood sheets 1

Item 2.2 Laminated beam. 1


Laminated beam.
Item 2.3 1
Item 2.4 Solid timber 1
Item 2.5 Solid timber 1
Wooden plank
Item 2.6 1
TOTAL EXCLUDE VAT
VAT
TOTAL INCLUDE VAT
SECTION 3 SHORING

Adjustable trench shoring Prop / Strut


Item 3.1 (1.20m 1

Adjustable trench shoring Prop / Strut


Item 3.2 (3.20m 1

Adjustable trench shoring Prop / Strut


Item 3.3 (5.60m) 1

Mini trench box


Item 3.4 1
Standard trench box
Item 3.5 1

Item 3.6 A set of aluminium hydraulic shoring (1) 1

Item 3.7 Hydraulic shoring pump can 1


Hydraulic shoring release
Item 3.8 1

117
UNIT PRICE
SECTION DESCRIPTION UNIT
R c
tool & hydraulic shoring release hook

A set of aluminium hydraulic shoring (2)


Item 3.9 1

Item 3.10 Trench jack kit 1

Item 3.11 Hydraulic pump kit. 1

Item 3.12 Inserts removal rods. 1


Item 3.13 Hydrojack modular system. 1
Item 3.14 Step chock 1

Item 3.15 Grib kit 1

Item 3.16 Compound sliding saw 1

TOTAL EXCLUDE VAT


VAT
TOTAL INCLUDE VAT
SECTION 4 TOOLS WOODWORK

Item 4.1 Multi-Purpose Circular Saw 1

Item 4.2 185 mm diamond blade 1

185mm circular saw blade 1


Item 4.3

Item 4.4 Twin saw 1

Item 4.5 Twin saw replacing blade 1

Item 4.6 Power rescue cutter 1

Electric heavy duty nail gun 1


Item 4.7
(concrete)
Item 4.8 Hand saw 1

Item 4.9 Hand saw 1

Item 4.10 Bullet chain saw. 1

Item 4.11 Concrete cutting chain saw. 1

Concrete cutting chain saw re placement 1


Item 4.12
chain.
Item 4.13 Heavy-duty fire rescue saw. 1

Heavy-duty fire rescue saw replacement 1


Item 4.14
blade.
Item 4.15 Broze axe 1

Item 4.16 Flat head fire axe. 1

118
UNIT PRICE
SECTION DESCRIPTION UNIT
R c
Item 4.17 Flat head fire axe. 1

Item 4.18 Pick axe 1

Item 4.19 Fire brigade hatchet incl. post wrench 1

Chainsaw chaps (industrial forestry 1


Item 4.20 safety helmet and hearing protection
system)
Item 4.21 CHAINSAW CHAPS (Forester 1
Chainsaw Apron Chaps with Pocket).
Item 4.22 Chainsaw chaps (4 set of high 1
impact plas tic felling wedge).

Item 4.23 Chainsaw chaps (functional saw 1


protection gloves).
Item 4.24 Wood chisels 1

Item 4.25 Carpenter square 1

Item 4.26 Carpenter speed square 1

Item 4.27 Carpenter’s pencils 1

Item 4.28 Rocket claw hammer 1

Item 4.29 Steel framing claw hammer 1

Item 4.30 Titanium claw hammer 1

TOTAL EXCLUDE VAT


VAT
TOTAL INCLUDE VAT
SECTION 5 TOOLS-METAL
Item 5.1 Solid frame hacksaw 1

Item 5.2 Solid frame hacksaw blade 1

Item 5.3 Metal mini-hack utility saw 1

Metal mini-hack utility saw blade. 1


Item 5.4

Item 5.5 Angle grinder 1

Item 5.6 Angle grinder disc 1

Item 5.7 Heavy duty air nibbler 1

Item 5.8 Heavy duty bolt cutter 1

1
Item 5.9 Power link bolt cutter (medium).

119
UNIT PRICE
SECTION DESCRIPTION UNIT
R c
Item 5.10 Ball peen hammer 1

Item 5.11 Club hammer 1

Item 5.12 9 x PIECES OF COLD CHISELS 1

Item 5.13 Chisel holder 1

Item 5.14 Engineers chalk 1

TOTAL EXCLUDE VAT


VAT
TOTAL INCLUDE VAT
SECTION 6 TOOLS-MANSONARY
Item 6.1 Sledge hammer 1

Item 6.2 Electrical bolster 1

Item 6.3 Brick bolster 1

Item 6.4 Mansory chisels 1

TOTAL EXCLUDE VAT


VAT
TOTAL INCLUDE VAT
SECTION 7 TOOLS-MESCELLENIOUS
Socket & spanners (imperial/metric 1
Item 7.1
Pipe wrench/stilsons - ( (medium 1
Item 7.2
Pipe wrench/stilsons -( (small). 1
Item 7.3
Pipe wrench/stilsons -(large). 1
Item 7.4
Spanner shifter (large). 1
Item 7.5
Spanner shifter (medium). 1
Item 7.6
Spanner shifter (small). 1
Item 7.7
8 piece phiilip head screw drivers 1
Item 7.8
5 piece flat blade slotted screw drivers. 1
Item 7.9

Item 7.10 Impact drill 1

Item 7.11 Air operated socket wrench 1

Item 7.12 Multi – grip 1

120
UNIT PRICE
SECTION DESCRIPTION UNIT
R c
Item 7.13 Combination plier. 1

Item 7.14 Long nose plier 1

Item 7.15 Side cutter 1

Item 7.16 Set tin snips 1

Item 7.17 5 piece center punches 1

Item 7.18 4 piece nail punches. 1

Item 7.19 Marlin spike 1

Halligan tool 1
Item 7.20
Hazmat hooligan tool. 1
Item 7.21

Item 7.22 Gooseneck wrecking bar 1

Item 7.23 Fubar iii crow bar 1

Wrecking bar 1
Item 7.24

Item 7.25 Jimmy bar (pinch) 1

Item 7.26 2 set of saw horses. 1

Item 7.27 Glass cutter 1

Item 7.28 Spirit level 1

Stud finder 1
Item 7.29

Item 7.30 Folding ladder 1

Item 7.31 Fire bucket 1

Item 7.32 Short handle shovel 1

1
Item 7.33 Scoop shovel

Item 7.34 Long handle shovel. 1

Item 7.35 Spade 1

Item 7.36 A pick 1

Mattock 1
Item 7.37

Item 7.38 Wheelbarrow 1

Item 7.39 Allen keys 1

Item 7.40 Duct tape 1

121
UNIT PRICE
SECTION DESCRIPTION UNIT
R c
5-tray cantilever steel tool chest cabinet 1
Item 7.41

Item 7.42 Core drill 1

Item 7.43 Diamond core drill bit set 1

Item 7.44 Concrete breaker 1

Item 7.45 Heavy duty G-clamp 500mm x 25mm 1

Item 7.46 Heavy duty G-clamp 100mm x 60mm 1

Item 7.47 Heavy duty G-clamp 150mm x 80mm 1

Item 7.48 Curved jaw locking plier 1

Item 7.49 Heavy duty 3 ton jack stand 1

Item 7.50 Heavy duty 6 ton jack stand 1

Item 7.51 Heavy duty 12 ton jack stand 1

Item 7.52 2 Ton trolley jack 1

Item 7.53 Grip crowbar (Gwala) 1

Item 7.54 Cable ties 1

TOTAL EXCLUDE VAT


VAT
TOTAL INCLUDE VAT
NB: The tender will be awarded per section

6. TYPE OF AGREEMENT REQUIRED

A Service Level Agreement will be completed after the appointment.


7. VALIDITY PERIOD

The validity period for the tender after closure is 90 days.

8. DELIVERY REQUIREMENTS

Office of the Deputy Chief: Logistic Services


Emergency Services Department, c/o Government and Beckett Street
Arcadia
Pretoria
Tel: 012 358 8228
Email: [email protected]

9. LOCAL CONTENT AND PRODUCTION

Bidders shall provide a written declaration confirming the 100% local content and
production of the items listed in the table below. Should the bidder not be able to
comply with the minimum threshold, exemption need to be submitted with the bid
122
received from the Department of Trade and Industry in order to be considered for
further evaluation. Bidders that do not comply with the above-mentioned
requirements will be automatically disqualified for the tabled item.

Local Classification Item Product Comply 100% If no,


content code description (yes / no) exemption
sector letter
attached
(yes / no)

textiles, 31291 Item Chainsaw chaps


clothing, 4.20 (industrial forestry
leather and
footwear safety helmet and
hearing protection
system)
31291 Item CHAINSAW
4.21 CHAPS (Forester
Chainsaw Apron
Chaps with Pocket).
31291 Item Chainsaw chaps
4.23 (functional saw
protection gloves).

10. MARKET ANALYSIS

The city of Tshwane reserves the right to conduct market analysis. Should the city exercise
this option, Where a tenderer offers a price that is deemed not to be viable to supply goods or
services as required, written confirmation will be made with the tenderer if they will be able to
deliver on the price, if a tenderer confirm that they cannot, The tenderer will be disqualified on
the basis of being non-responsive. If they confirm that they can deliver, a tight contract to
mitigate the risk of non-performance will be entered into with the service provider. Further
action on failures by the supplier to deliver will be handled in terms of the contract including
performance warnings and listing on the database of restricted suppliers.

The city further reserves the right to negotiate a market related price with a tenderer scoring
the highest points. If the tenderer does not agree to a market-related price, the city reserves
the right to negotiate a market-related price with the tenderer scoring the second highest
points, if the tenderer scoring the second highest points does not agree to a market-related
price, negotiate a market-related price with the tenderer scoring the third highest points. If a
market-related price is not agreed, the city reserves the right to cancel the tender.

123
MBD1

PART A
INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE CITY OF TSHWANE MUNICIPALITY
BID NUMBER: ES 10-2020/21 CLOSING DATE: 06 May 2021 CLOSING TIME: 10:00

TENDER FOR THE SUPPLY AND DELIVERY OF EMERGENCY SERVICES URBAN SEARCH, RESCUE AND
MISCELLANEOUS EQUIPMENT TO THE CITY OF TSHWANE, EMERGENCY SERVICES DEPARTMENT FOR
DESCRIPTION A PERIOD OF THREE (3) YEARS ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF APPOINTMENT
THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (MBD7).
BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX
SITUATED AT (STREET ADDRESS

Procurement Advice Centre at the entrance of C de Wet Centre


Supply Chain Management
175 Es’kia Mphahlele Drive,
Pretoria West
GPS coordinates: 25.750151°S, 28.173666°E
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE NUMBER CODE NUMBER
CELLPHONE NUMBER
FACSIMILE NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION NUMBER
TAX COMPLIANCE STATUS TCS PIN: OR CSD No:
B-BBEE STATUS LEVEL VERIFICATION B-BBEE STATUS
Yes Yes
CERTIFICATE LEVEL SWORN
[TICK APPLICABLE BOX] AFFIDAVIT
No No
[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED
IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
ARE YOU A Yes No
ARE YOU THE ACCREDITED
Yes No FOREIGN BASED
REPRESENTATIVE IN SOUTH
SUPPLIER FOR THE [IF YES, ANSWER PART
AFRICA FOR THE GOODS
[IF YES ENCLOSE PROOF] GOODS /SERVICES B:3 ]
/SERVICES /WORKS OFFERED?
/WORKS OFFERED?
TOTAL NUMBER OF ITEMS
OFFERED TOTAL BID PRICE R
SIGNATURE OF BIDDER ……………………………… DATE
CAPACITY UNDER WHICH THIS BID
IS SIGNED
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO: TECHNICAL INFORMATION MAY BE DIRECTED TO:
DEPARTMENT Supply Chain Management CONTACT PERSON Louis Lewis
CONTACT PERSON Khodani Mudziwa TELEPHONE NUMBER (012) 358 2020
TELEPHONE NUMBER (012) 358 8029 FACSIMILE NUMBER n/a
FACSIMILE NUMBER n/a E-MAIL ADDRESS [email protected]
E-MAIL ADDRESS [email protected]
124
PART B
TERMS AND CONDITIONS FOR BIDDING
1. BID SUBMISSION:
1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT
BE ACCEPTED FOR CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR ONLINE
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE
PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC)
AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.

2. TAX COMPLIANCE REQUIREMENTS


2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED
BY SARS TO ENABLE THE ORGAN OF STATE TO VIEW THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR THE TAX COMPLIANCE STATUS (TCS) CERTIFICATE OR PIN MAY ALSO BE MADE VIA E-
FILING. IN ORDER TO USE THIS PROVISION, TAXPAYERS WILL NEED TO REGISTER WITH SARS AS E-
FILERS THROUGH THE WEBSITE WWW.SARS.GOV.ZA.
2.4 FOREIGN SUPPLIERS MUST COMPLETE THE PRE-AWARD QUESTIONNAIRE IN PART B:3.
2.5 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.6 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST
SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.
2.7 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE
(CSD), A CSD NUMBER MUST BE PROVIDED.
3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS

3.1. IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES
NO
3.2. DOES THE ENTITY HAVE A BRANCH IN THE RSA?
YES NO
3.3. DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES
NO
3.4. DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES
NO
3.5. IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES
NO

IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX
COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT
REGISTER AS PER 2.3 ABOVE.

NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.
NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE.

SIGNATURE OF BIDDER:
……………………………………………

CAPACITY UNDER WHICH THIS BID IS SIGNED:


……………………………………………

DATE:

125
…………………………………………...
MBD 3.1

PRICING SCHEDULE – FIRM PRICES


(PURCHASES)
NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING
PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE
CONSIDERED

IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A


SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY
POINT

Name of Bidder………………………….……………… Bid Number……………….…………….…...

Closing Time …………………………………………… Closing Date…………………………………..

OFFER TO BE VALID FOR………DAYS FROM THE CLOSING DATE OF BID.

__________________________________________________________________________

ITEM QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCY


NO. **(ALL APPLICABLE TAXES INCLUDED)

- Required by: ………………………………..……….……….

- At: …………………………..….…………….…….

……………………………………………….…

- Brand and Model ………………………………………………….

- Country of Origin ………………………………………………….

- Does the offer comply with the specification(s)? *YES/NO

- If not to specification, indicate deviation(s) ……..………………………………….

- Period required for delivery …………………..…………………….


*Delivery: Firm/Not firm

- Delivery basis ……………………….……………….

Note: All delivery costs must be included in the bid price, for delivery at the prescribed destination.

** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment
insurance fund contributions and skills development levies.

*Delete if not applicable

126
MBD 3.2
PRICING SCHEDULE – NON-FIRM PRICES
(PURCHASES)

NOTE: PRICE ADJUSTMENTS WILL BE ALLOWED AT THE PERIODS AND TIMES SPECIFIED IN THE
BIDDING DOCUMENTS.

IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE


PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT

Name of Bidder……………………………………… Bid number…………………………………

Closing Time ………………………………………... Closing Date ………………………………

OFFER TO BE VALID FOR 90 DAYS FROM THE CLOSING DATE OF BID.

------------------------------------------------------------------------------------------------------------------

ITEM QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCY


NO. **(ALL APPLICABLE TAXES INCUDED)
------------------------------------------------------------------------------------------------------------------

-Required by: …………………………………………

- At: …….…..……………………………….

Brand and model ……..………………………………….


-
Country of origin ……...………………………………….

- Does the offer comply with the specification(s)? *YES/NO

-If not to specification, indicate deviation(s) ………………………………………….

-Period required for delivery ………………………………………….

- Delivery: *Firm/Not firm

** ”all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment
insurance fund contributions and skills development levies.
*Delete if not applicable

127
MBD 3.2

PRICE ADJUSTMENTS

A. NON-FIRM PRICES SUBJECT TO ESCALATION

1. IN CASES OF PERIOD CONTRACTS, NON FIRM PRICES WILL BE ADJUSTED (LOADED) WITH
THE ASSESSED CONTRACT PRICE ADJUSTMENTS IMPLICIT IN NON FIRM PRICES WHEN
CALCULATING THE COMPARATIVE PRICES

2. IN THIS CATEGORY PRICE ESCALATIONS WILL ONLY BE CONSIDERED IN TERMS OF THE


FOLLOWING FORMULA:

 R1t R 4t 
Pa  1  V Pt  D1
R 2t R3t
 D2  D3  D4   VPt
 R1o R 2o R3o R 4o 

Where:

Pa = The new escalated price to be calculated.


(1-V) Pt = 85% of the original bid price. Note that Pt must always be the
original bid price and not an escalated price.
D1, D2.. = Each factor of the bid price eg. labour, transport, clothing, footwear,
etc. The total of the various factors D1,D2…etc. must add up to 100%.
R1t, R2t…… = Index figure obtained from new index (depends on the number of
factors used).
R1o, R2o = Index figure at time of bidding.
VPt = 15% of the original bid price. This portion of the bid price remains firm
i.e. it is not subject to any price escalations.

3. The following index/indices must be used to calculate your bid price:

Index………. Dated………. Index………. Dated………. Index………. Dated……….

Index………. Dated………. Index………. Dated………. Index………. Dated……….

4. FURNISH A BREAKDOWN OF YOUR PRICE IN TERMS OF ABOVE-MENTIONED FORMULA. THE


TOTAL OF THE VARIOUS FACTORS MUST ADD UP TO 100%.

FACTOR
P PERCENTAGE OF BID PRICE
(D1, D2 etc. eg. Labour, transport etc.)

128
MBD 3.2

B. PRICES SUBJECT TO RATE OF EXCHANGE VARIATIONS

1. Please furnish full particulars of your financial institution, state the currencies used in the conversion of
the prices of the items to South African currency, which portion of the price is subject to rate of exchange
variations and the amounts remitted abroad.
AMOUNT IN
PORTION OF
FOREIGN
PARTICULARS OF FINANCIAL PRICE
ITEM NO PRICE CURRENCY RATE CURRENCY
INSTITUTION SUBJECT TO
REMITTED
ROE
ABROAD
ZAR=

ZAR=

ZAR=

ZAR=

ZAR=

ZAR=

2. Adjustments for rate of exchange variations during the contract period will be calculated by using the
average monthly exchange rates as issued by your commercial bank for the periods indicated
hereunder: (Proof from bank required)

DATE FROM WHICH NEW


DATE DOCUMENTATION DATE UNTIL WHICH NEW
AVERAGE MONTHLY EXCHANGE RATES FOR THE CALCULATED PRICES
MUST BE SUBMITTED CALCULATED PRICE
PERIOD: WILL BECOME
TO THIS OFFICE WILL BE EFFECTIVE
EFFECTIVE

ADJUSTMENT PERIODS DATE FROM WHICH NEW CALCULATED


PRICESS WILL BECOME EFFECTIVE
st
1 Adjustment After 12 calendar months
2nd Adjustment After 24 calendar months
NB: unless prior approval has been obtained from Supply Chain Management, no
adjustment in contract prices will be made

129
MBD 4

DECLARATION OF INTEREST

1. No bid will be accepted from persons in the service of the state¹.

2. Any person, having a kinship with persons in the service of the state, including a blood
relationship, may make an offer or offers in terms of this invitation to bid. In view of
possible allegations of favouritism, should the resulting bid, or part thereof, be awarded
to persons connected with or related to persons in service of the state, it is required that
the bidder or their authorised representative declare their position in relation to the
evaluating/adjudicating authority.

3. In order to give effect to the above, the following questionnaire must be completed
and submitted with the bid.

3.1 Full Name of bidder or his or her representative:…………………………………………

3.2 Identity Number: …………………………………………………………………...………...

3.3 Position occupied in the Company (director, trustee, hareholder²):…………………….

3.4 Company Registration Number: …………………………………………..……………….

3.5 Tax Reference Number:……………………..……………………………...……………….

3.6 VAT Registration Number: ………………………………………...………………………

3.7 The names of all directors / trustees / shareholders members, their individual identity
numbers and state employee numbers must be indicated in paragraph 4 below.

3.8 Are you presently in the service of the state? YES / NO

3.8.1 If yes, furnish particulars. ….………………………………………………………

………………………………………………………………………………..……..

¹MSCM Regulations: “in the service of the state” means to be –


(a) a member of –
(i) any municipal council;
(ii) any provincial legislature; or
(iii) the national Assembly or the national Council of provinces;

(b) a member of the board of directors of any municipal entity;


(c) an official of any municipality or municipal entity;
(d) an employee of any national or provincial department, national or provincial public entity or constitutional
institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999);
(e) a member of the accounting authority of any national or provincial public entity; or
(f) an employee of Parliament or a provincial legislature.

² Shareholder” means a person who owns shares in the company and is actively involved in the management
of the company or business and exercises control over the company.

130
3.9 Have you been in the service of the state for the past twelve months? …YES / NO

3.9.1 If yes, furnish particulars.………………………...…………………………………

……………………………………………………………………………………….

3.10 Do you have any relationship (family, friend, other) with persons
in the service of the state and who may be involved with
the evaluation and or adjudication of this bid? ………………………………YES / NO

3.10.1 If yes, furnish particulars.


……………………………………………………………………………………

……………………………………………………………………………………

3.11 Are you, aware of any relationship (family, friend, other) between
any other bidder and any persons in the service of the state who
may be involved with the evaluation and or adjudication of this bid? YES / NO

3.11.1 If yes, furnish particulars


………………………………………………………………..…………………

……………………………….……..............................................................

3.12 Are any of the company’s directors, trustees, managers,


principle shareholders or stakeholders in service of the state? YES / NO

3.12.1 If yes, furnish particulars.


…………………………………………………………..……………………..….

…………………………………………………………………………………….

3.13 Are any spouse, child or parent of the company’s directors


trustees, managers, principle shareholders or stakeholders
in service of the state? YES / NO

3.13.1 If yes, furnish particulars.


…………………………………………………………………………………….

…………………………………………………………………………………….

3.14 Do you or any of the directors, trustees, managers,


principle shareholders, or stakeholders of this company
have any interest in any other related companies or
business whether or not they are bidding for this contract. YES / NO

3.14.1 If yes, furnish particulars:


……………………………………………………………………..……………..

………………………………………………………………..…………………..

131
4. Full details of directors / trustees / members / shareholders.

Full Name Identity Number State Employee


Number

………………………………….. ……………………………………..
Signature Date

…………………………………. ………………………………………
Capacity Name of Bidder

132
MBD 5

DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (ALL APPLICABLE TAXES


INCLUDED)

For all procurement expected to exceed R10 million (all applicable taxes included), bidders must
complete the following questionnaire:

1 Are you by law required to prepare annual financial statements *YES / NO


for auditing?

1.1 If yes, submit audited annual financial statements for the past
three years or since the date of establishment if established during
the past three years.

………………………………………………………………………

……………………………………………………………………….

2 Do you have any outstanding undisputed commitments *YES / NO


for municipal services towards any municipality for more
than three months or any other service provider in respect
of which payment is overdue for more than 30 days?

2.1 If no, this serves to certify that the bidder has no


undisputed commitments for municipal services
towards any municipality for more than three months
or other service provider in respect of which payment
is overdue for more than 30 days.

2.2 If yes, provide particulars.

………………………………………………………………

……………………………………………………………….

……………………………………………………………….

……………………………………………………………..

3 Has any contract been awarded to you by an organ of state *YES / NO


during the past five years, including particulars of any material
non-compliance or dispute concerning the execution of such
contract?

133
3.1 If yes, furnish particulars

……………………………………………………………….

……………………………………………………

4. Will any portion of goods or services be sourced from outside *YES / NO


the Republic, and, if so, what portion and whether any portion
of payment from the municipality / municipal entity is expected to be
transferred out of the Republic?

4.1 If yes, furnish particulars

……………………………………………………..

……………………………………………………..

CERTIFICATION

I, THE UNDERSIGNED (NAME) …………………………………….………………………………………


CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I
ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE
FALSE.

…………………………………..
……………………………………..
Signature Date

……………………….................
…………………………………….
Position Name of Bidder

134
MBD 6.1

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL


PROCUREMENT REGULATIONS 2017

This preference form must form part of all bids invited. It contains general information and
serves as a claim form for preference points for Broad-Based Black Economic Empowerment
(B-BBEE) Status Level of Contribution

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL
CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF
B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT
REGULATIONS, 2017.

1. GENERAL CONDITIONS
1.1 The following preference point systems are applicable to all bids:
-the 80/20 system for requirements with a Rand value of up to R50 000 000 (all
applicable taxes included); and
- the 90/10 system for requirements with a Rand value above R50 000 000 (all
applicable taxes included).
1.2 The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes
included) and therefore the 80/20 preference point system shall be applicable.
1.3 Preference points for this bid shall be awarded for:
(a) Price; and
(b) B-BBEE Status Level of Contribution.
1.4 The maximum points for this bid are allocated as follows:
POINTS
PRICE 80
B-BBEE STATUS LEVEL OF CONTRIBUTION 20
100
Total points for Price and B-BBEE must not exceed

1.5 Failure on the part of a bidder to submit a B-BBEE Verification Certificate from a
Verification Agency accredited by the South African Accreditation System (SANAS),
or a Registered Auditor approved by the Independent Regulatory Board of Auditors
(IRBA) or a sworn affidavit confirming annual turnover and level of black ownership in
case of an EME and QSE together with the bid, will be interpreted to mean that
preference points for B-BBEE status level of contribution are not claimed.
1.6 The purchaser reserves the right to require of a bidder, either before a bid is
adjudicated or at any time subsequently, to substantiate any claim in regard to
preferences, in any manner required by the purchaser.
2. DEFINITIONS
(a) “all applicable taxes” includes value-added tax, pay as you earn, income tax,
unemployment insurance fund contributions and skills development levies;
(b) “B-BBEE” means broad-based black economic empowerment as defined in
section 1 of the Broad-Based Black Economic Empowerment Act;
(c) “B-BBEE status level of contributor” means the B-BBEE status received by a

135
measured entity based on its overall performance using the relevant scorecard
contained in the Codes of Good Practice on Black Economic Empowerment,
issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment
Act;
(d) “bid” means a written offer in a prescribed or stipulated form in response to an
invitation by an organ of state for the provision of services, works or goods, through
price quotations, advertised competitive bidding processes or proposals;
(e) “Broad-Based Black Economic Empowerment Act” means the Broad-Based
Black Economic Empowerment Act, 2003 (Act No. 53 of 2003) as amended by Act
No 46 of 2013;
(f) “comparative price” means the price after the factors of a non-firm price and all
unconditional discounts that can be utilized have been taken into consideration;
(g) “consortium or joint venture” means an association of persons for the purpose
of combining their expertise, property, capital, efforts, skill and knowledge in an
activity for the execution of a contract;
(h) “contract” means the agreement that results from the acceptance of a bid by an
organ of state;
(i) “EME” means an Exempted Micro Enterprise as defines by Codes of Good
Practice issued in terms of section 9 (1) of the Broad-Based Black Economic
Empowerment Act, 2003 (Act No. 53 of 2003);
(j) “Firm price” means the price that is only subject to adjustments in accordance
with the actual increase or decrease resulting from the change, imposition, or
abolition of customs or excise duty and any other duty, levy, or tax, which, in terms
of the law or regulation, is binding on the contractor and demonstrably has an
influence on the price of any supplies, or the rendering costs of any service, for the
execution of the contract;
(k) “functionality” means the measurement according to predetermined norms, as
set out in the bid documents, of a service or commodity that is designed to be
practical and useful, working or operating, taking into account, among other factors,
the quality, reliability, viability and durability of a service and the technical capacity
and ability of a bidder;
(l) “non-firm prices” means all prices other than “firm” prices;
(m) “person” includes a juristic person;
(n) “QSE” means a Qualifying Small Enterprise as defines by Codes of Good Practice
issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment
Act, 2003 ( Act No. 53 of 2003);
(o) “rand value” means the total estimated value of a contract in South African
currency, calculated at the time of bid invitations, and includes all applicable taxes
and excise duties;
(p) “sub-contract” means the primary contractor’s assigning, leasing, making out
work to, or employing, another person to support such primary contractor in the
execution of part of a project in terms of the contract;
(q) “total revenue” bears the same meaning assigned to this expression in the Codes
of Good Practice on Black Economic Empowerment, issued in terms of section
9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in
the Government Gazette on 9 February 2007;
(r) “trust” means the arrangement through which the property of one person is made
over or bequeathed to a trustee to administer such property for the benefit of
another person; and

136
(s) “trustee” means any person, including the founder of a trust, to whom property is
bequeathed in order for such property to be administered for the benefit of another
person.

3. ADJUDICATION USING A POINT SYSTEM

3.1 The bidder obtaining the highest number of total points will be awarded the contract.
3.2 Preference points shall be calculated after prices have been brought to a comparative
basis taking into account all factors of non-firm prices and all unconditional discounts;.
3.3 Points scored must be rounded off to the nearest 2 decimal places.
3.4 In the event that two or more bids have scored equal total points, the successful bid
must be the one scoring the highest number of preference points for B-BBEE.
3.5 However, when functionality is part of the evaluation process and two or more bids
have scored equal points including equal preference points for B-BBEE, the successful
bid must be the one scoring the highest score for functionality.
3.6 Should two or more bids be equal in all respects, the award shall be decided by the
drawing of lots.

4. POINTS AWARDED FOR PRICE

4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS


A maximum of 80 or 90 points is allocated for price on the following basis:
80/20 or 90/10

 Pt  P min   Pt  P min 
Ps  801   or Ps  901  
 P min   P min 
Where
Ps = Points scored for comparative price of bid under consideration
Pt = Comparative price of bid under consideration
Pmin = Comparative price of lowest acceptable bid
5. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTION
5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations,
preference points must be awarded to a bidder for attaining the B-BBEE status level
of contribution in accordance with the table below:

B-BBEE Status Level of Number of points Number of points


Contributor (90/10 system) (80/20 system)

1 10 20
2 9 18
3 6 14
4 5 12
5 4 8
6 3 6

137
7 2 4
8 1 2
Non-compliant contributor 0 0

5.2 A bidder who qualifies as an EME in terms of the B-BBEE Act must submit a sworn
affidavit confirming Annual Total Revenue and Level of Black Ownership.
5.3 A Bidder other than EME or QSE must submit their original and valid B-BBEE status
level verification certificate or a certified copy thereof, substantiating their B-BBEE
rating issued by a Registered Auditor approved by IRBA or a Verification Agency
accredited by SANAS.
5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level
as a legal entity, provided that the entity submits their B-BBEE status level certificate.
5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level
as an unincorporated entity, provided that the entity submits their consolidated B-
BBEE scorecard as if they were a group structure and that such a consolidated B-
BBEE scorecard is prepared for every separate bid.
5.6 Tertiary Institutions and Public Entities will be required to submit their B-BBEE status
level certificates in terms of the specialized scorecard contained in the B-BBEE
Codes of Good Practice.
5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the
bid documents that such a bidder intends sub-contracting more than 25% of the
value of the contract to any other enterprise that does not qualify for at least the
points that such a bidder qualifies for, unless the intended sub-contractor is an EME
that has the capability and ability to execute the sub-contract.
5.8 A person awarded a contract may not sub-contract more than 25% of the value of
the contract to any other enterprise that does not have an equal or higher B-BBEE
status level than the person concerned, unless the contract is sub-contracted to an
EME that has the capability and ability to execute the sub-contract.

6. BID DECLARATION

6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must
complete the following:

7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF


PARAGRAPHS 1.4 AND 5.1

7.1 B-BBEE Status Level of Contribution: = (maximum of 10 or 20 points)


(Points claimed in respect of paragraph 7.1 must be in accordance with the table
reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE
certificate issued by a Verification Agency accredited by SANAS or a Registered
Auditor approved by IRBA or a sworn affidavit.

8. SUB-CONTRACTING
8.1 Will any portion of the contract be sub-contracted?
(Tick applicable box)
138
YES NO

8.1.1 If yes, indicate:


i) What percentage of the contract will be
subcontracted............…………….…….…%
ii) The name of the sub-
contractor…………………………………………………………..
iii) The B-BBEE status level of the sub-
contractor......................................……………..
iv) Whether the sub-contractor is an EME.
(Tick applicable box)
YES NO

9. DECLARATION WITH REGARD TO COMPANY/FIRM


9.1 Name of
company/firm:…………………………………………………………………………….

9.2 VAT registration


number:……………………………………….…………………………………

9.3 Company registration


number:…………….……………………….…………………………….

9.4 TYPE OF COMPANY/ FIRM

 Partnership/Joint Venture / Consortium


 One person business/sole propriety
 Close corporation
 Company
 (Pty) Limited
[TICK APPLICABLE BOX]
9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

………………………………………………………………………………………………
………………………………………………………………………………………………
………………………………………………………………………………………………
………………………………………………………………………………………………
…………………………..

9.6 COMPANY CLASSIFICATION

 Manufacturer
 Supplier
 Professional service provider
 Other service providers, e.g. transporter, etc.
[TICK APPLICABLE BOX]

9.7 MUNICIPAL INFORMATION

Municipality where business is situated:


….……………………………………………….
Registered Account Number: ………………………….
139
Stand Number:……………………………………………….
9.8 Total number of years the company/firm has been in
business:……………………………

9.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the
company/firm, certify that the points claimed, based on the B-BBE status level of
contribution indicated in paragraph 7 of the foregoing certificate, qualifies the
company/ firm for the preference(s) shown and I / we acknowledge that:

i) The information furnished is true and correct;


ii) The preference points claimed are in accordance with the General Conditions as
indicated in paragraph 1 of this form;
iii) In the event of a contract being awarded as a result of points claimed as shown
in paragraph 7, the contractor may be required to furnish documentary proof to
the satisfaction of the purchaser that the claims are correct;
iv) If the B-BBEE status level of contribution has been claimed or obtained on a
fraudulent basis or any of the conditions of contract have not been fulfilled, the
purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;


(b) recover costs, losses or damages it has incurred or suffered as a
result of that person’s conduct;
(c) cancel the contract and claim any damages which it has suffered
as a result of having to make less favourable arrangements due
to such cancellation;
(d) restrict the bidder or contractor, its shareholders and directors, or
only the shareholders and directors who acted on a fraudulent
basis, from obtaining business from any organ of state for a period
not exceeding 10 years, after the audi alteram partem (hear the
other side) rule has been applied; and
(e) forward the matter for criminal prosecution.

WITNESSES
……………………………………….
1. …………………………………….. SIGNATURE(S) OF BIDDERS(S)

2. ……………………………………. DATE: …………………………………..


ADDRESS …………………………………..
…………………………………..
…………………………………..

140
MBD 6.2

DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR


DESIGNATED SECTORS

This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general
information and serves as a declaration form for local content (local production and local
content are used interchangeably).

Before completing this declaration, bidders must study the General Conditions, Definitions,
Directives applicable in respect of Local Content as prescribed in the Preferential Procurement
Regulations, 2017, the South African Bureau of Standards (SABS) approved technical
specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of
Local Content together with the Local Content Declaration Templates [Annex C (Local Content
Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to
Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)].

1. General Conditions

1.1. Preferential Procurement Regulations, 2017 (Regulation 8) make provision for the
promotion of local production and content.

1.2. Regulation 8.(2) prescribes that in the case of designated sectors, organs of state must
advertise such tenders with the specific bidding condition that only locally produced or
manufactured goods, with a stipulated minimum threshold for local production and
content will be considered.

1.3. Where necessary, for tenders referred to in paragraph 1.2 above, a two stage bidding
process may be followed, where the first stage involves a minimum threshold for local
production and content and the second stage price and B-BBEE.

1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in
such a manner that the local production and content of the overall value of the contract
is reduced to below the stipulated minimum threshold.

1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in
accordance with the SABS approved technical specification number SATS 1286: 2011
as follows:

LC = [1 - x / y] * 100

Where
x is the imported content in Rand
y is the bid price in Rand excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using


the exchange rate published by South African Reserve Bank (SARB) on the date of
advertisement of the bid as indicated in paragraph 3.1 below.

The SABS approved technical specification number SATS 1286:2011 is

141
accessible on http:/www.thedti.gov.za/industrial development/ip.jsp at no cost.
1.6. A bid may be disqualified if this Declaration Certificate and the Annex C (Local Content
Declaration: Summary Schedule) are not submitted as part of the bid documentation;

2. The stipulated minimum threshold(s) for local production and content (refer to
Annex A of SATS 1286:2011) for this bid is/are as follows:

Description of services, works or goods Stipulated minimum threshold

TENDER FOR THE SUPPLY AND DELIVERY OF 100%


EMERGENCY SERVICES URBAN SEARCH,
RESCUE AND MISCELLANEOUS EQUIPMENT
TO THE CITY OF TSHWANE, EMERGENCY
SERVICES DEPARTMENT FOR A PERIOD OF
THREE (3) YEARS ON AN AS AND WHEN
REQUIRED BASIS FROM DATE OF
APPOINTMENT

3. Does any portion of the goods or services offered


have any imported content?
(Tick applicable box)
YES NO

3.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as
prescribed in paragraph 1.5 of the general conditions must be the rate(s) published
by SARB for the specific currency on the date of advertisement of the bid.

The relevant rates of exchange information is accessible on www.resbank.co.za

Indicate the rate(s) of exchange against the appropriate currency in the table below
(refer to Annex A of SATS 1286:2011):

Currency Rates of exchange


US Dollar
Pound Sterling
Euro
Yen
Other

NB: Bidders must submit proof of the SARB rate (s) of exchange used.

4. Where, after the award of a bid, challenges are experienced in meeting the stipulated
minimum threshold for local content the dti must be informed accordingly in order for the
dti to verify and in consultation with the AO/AA provide directives in this regard.

142
LOCAL CONTENT DECLARATION
(REFER TO ANNEX B OF SATS 1286:2011)

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER


LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF
EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY
(CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)

IN RESPECT OF BID NO. ES 10-2020/21


ISSUED BY: (Procurement Authority / Name of Institution): City of Tshwane
.........................................................................................................................
NB

1 The obligation to complete, duly sign and submit this declaration cannot be transferred
to an external authorized representative, auditor or any other third party acting on
behalf of the bidder.
2 Guidance on the Calculation of Local Content together with Local Content Declaration
Templates (Annex C, D and E) is accessible on
http://www.thedti.gov.za/industrial_development/ip.jsp. Bidders should first complete
Declaration D. After completing Declaration D, bidders should complete Declaration
E and then consolidate the information on Declaration C. Declaration C should be
submitted with the bid documentation at the closing date and time of the bid in
order to substantiate the declaration made in paragraph (c) below. Declarations
D and E should be kept by the bidders for verification purposes for a period of at least
5 years. The successful bidder is required to continuously update Declarations C, D
and E with the actual values for the duration of the contract.

I, the undersigned, …………………………….................................................... (full names),


do hereby declare, in my capacity as ……………………………………… ………..
of ...............................................................................................................(name of bidder
entity), the following:

(a) The facts contained herein are within my own personal knowledge.

(b) I have satisfied myself that:


(i) the goods/services/works to be delivered in terms of the above-specified bid
comply with the minimum local content requirements as specified in the bid, and
as measured in terms of SATS 1286:2011; and
(c) The local content percentage (%) indicated below has been calculated using the
formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in
paragraph 3.1 above and the information contained in Declaration D and E which has
been consolidated in Declaration C:
Bid price, excluding VAT (y) R
Imported content (x), as calculated in terms of SATS 1286:2011 R
Stipulated minimum threshold for local content (paragraph 3 above)
Local content %, as calculated in terms of SATS 1286:2011

If the bid is for more than one product, the local content percentages for each product
contained in Declaration C shall be used instead of the table above.
The local content percentages for each product has been calculated using the
formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in
paragraph 3.1 above and the information contained in Declaration D and E.

143
(d) I accept that the Procurement Authority / Institution has the right to request that the
local content be verified in terms of the requirements of SATS 1286:2011.
(e) I understand that the awarding of the bid is dependent on the accuracy of the
information furnished in this application. I also understand that the submission of
incorrect data, or data that are not verifiable as described in SATS 1286:2011, may
result in the Procurement Authority / Institution imposing any or all of the remedies as
provided for in Regulation 14 of the Preferential Procurement Regulations, 2017
promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5
of 2000).

SIGNATURE: ________________________

WITNESS No. 1 DATE: ___________

WITNESS No. 2 DATE: ___________

144
SATS 1286.2011

Annex C
Local Content Declaration - Summary Schedule

(C1) Tender No. ES 10-2020/21 NOTE: VAT TO BE


Tender TENDER FOR THE SUPPLY AND DELIVERY OF EMERGENCY SERVICES URBAN SEARCH, RESCUE AND MISCELLANEOUS EQUIPMENT EXCLUDED FROM ALL
(C2) TO THE CITY OF TSHWANE, EMERGENCY SERVICES DEPARTMENT FOR A PERIOD OF THREE (3) YEARS ON AN AS AND WHEN
description: REQUIRED BASIS FROM DATE OF APPOINTMENT CALCULATIONS

(C3) DESIGNATED PRODUCT(S):


Item 4.20 Chainsaw chaps (industrial forestry safety
1.
helmet and hearing protection system)
Item 4.21 CHAINSAW CHAPS (Forester Chainsaw
2.
Apron Chaps with Pocket).
Item 4.23 Chainsaw chaps (functional saw protection
3.
gloves).

Tender
(C4)
Authority:

Tendering
(C5)
Entity name:
Tender
(C6) Exchange Pula EU GBP
Rate:
Specified
(C7) local content
%
Calculation of local content Tender summary

145
Tender
Tender Exem value
Local Total
price - pted net of Total
Tender item Imported Local content exempted
List of items each impo exempte Tender Qty Total tender value Imported
no's value value % (per imported
(excl rted d content
item) content
VAT) value imported
content

(C8) (C9) (C10) (C11) (C12) (C13) (C14) (C15) (C16) (C17) (C18) (C19)

(C20) Total
R 0
tender value
(C21) Total Exempt
Signature of tenderer from Annex B R 0
imported content
(C22) Total Tender
value net of
R 0
exempt imported
content
(C23) Total
Imported R 0
content
(C24) Total
local R 0
content
(C25)
Date:
Average

146
local
content %
of tender

147
SATS 1286.2011
Annex D
Imported Content Declaration - Supporting Schedule to Annex C

(D1) Tender No. ES 10-2020/21


NOTE: VAT TO BE
Tender description: TENDER FOR THE SUPPLY AND DELIVERY OF EMERGENCY SERVICES URBAN SEARCH, RESCUE AND
EXCLUDED FROM ALL
(D2) MISCELLANEOUS EQUIPMENT TO THE CITY OF TSHWANE, EMERGENCY SERVICES DEPARTMENT FOR
CALCULATIONS
A PERIOD OF THREE (3) YEARS ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF APPOINTMENT
(D3) Designated Products:
(D4) Tender Authority:
(D5) Tendering Entity name:
(D6) Tender Exchange Rate: Pula EU GBP

A. Exempted imported content Calculation of imported content Summary


Foreign
curren All
Overs cy Freight locally Total
Local Tender Local Exempted
Tender Description of imported eas value costs to incurred landed
supplie Exchange value of Tender Qty imported
item no's content Suppli as per port of landing cost excl
r Rate imports value
er Comm entry costs & VAT
ercial duties
Invoice
(D7) (D8) (D9) (D10) (D11) (D12) (D13) (D14) (D15) (D16) (D17) (D18)

(D19) Total exempt


R 0
imported value
This total must
correspond with Annex C
- C 21
148
B. Imported directly by the
Calculation of imported content Summary
Tenderer
Foreign
All
currenc
Overse Freight locally
Unit of y value Tender Local Total
Tender item Description of imported as costs to incurred Total landed Tender
measur as per Rate of value of imported
no's content Suppli port of landing cost excl VAT Qty
e Comme Exchange imports value
er entry costs &
rcial
duties
Invoice
(D20) (D21) (D22) (D23) (D24) (D25) (D26) (D27) (D28) (D29) (D30) (D31)

(D32)Total imported value R 0


by tenderer

149
C. Imported by a 3rd party and supplied
Calculation of imported content Summary
to the Tenderer
Forign
curren All
Overs cy Freight locally Quantit
Local Tender Local Total
Description of imported Unit of eas value costs to incurred Total landed y
supplie Rate of value of imported
content measure Suppli as per port of landing cost excl VAT importe
r Exchange imports value
er Comm entry costs & d
ercial duties
Invoice
(D33) (D34) (D35) (D36) (D37) (D38) (D39) (D40) (D41) (D42) (D43) (D44)

(D45) Total imported value


R 0
by 3rd party

150
Calculation of
D. Other foreign foreign Summary of
currency payments currency payments
payments
Foreig
Local
Overse n Tender
supplier
as curre Rate of Local value
Type of payment making
benefic ncy Exchan of payments
the
iary value ge
payment
paid
(D46) (D47) (D48) (D49) (D50) (D51)

(D52) Total of foreign


currency payments declared
by tenderer and/or 3rd party
Signature of tenderer from
Annex B
(D53) Total of imported
content & foreign currency
R 0
payments - (D32), (D45) &
(D52) above
This total must
correspond with Annex C
Date: - C 23

151
SATS 1286.2011

Annex E
Local Content Declaration - Supporting Schedule to Annex C

(E1) Tender No. ES 10-2020/21


NOTE: VAT TO BE
TENDER FOR THE SUPPLY AND DELIVERY OF EMERGENCY SERVICES URBAN SEARCH, RESCUE AND MISCELLANEOUS EXCLUDED FROM ALL
(E2) Tender description: EQUIPMENT TO THE CITY OF TSHWANE, EMERGENCY SERVICES DEPARTMENT FOR A PERIOD OF THREE (3) YEARS ON CALCULATIONS
AN AS AND WHEN REQUIRED BASIS FROM DATE OF APPOINTMENT

Designated
(E3)
products:
(E4) Tender Authority:
Tendering Entity
(E5)
name:

Local Products % of
Description of items purchased Local suppliers Value
(Goods, Services LC
and Works) (E6) (E7) (E8)

152
(E9) Total local products (Goods, Services and Works) R0

(E10 Manpower ( Tenderer's manpower


R0
) costs cost)

(E11 Factory
(Rental, depreciation & amortisation, utility costs, consumables etc.) R0
) overheads

(E12 Administration overheads


(Marketing, insurance, financing, interest etc.) R0
) and mark-up

(E13) Total local content R0

This total must correspond with Annex C - C24

Signature of
tenderer from
Annex B

Date:

153
MBD 7.1

CONTRACT FORM - PURCHASE OF GOODS/WORKS


THIS FORM MUST BE FILLED IN DUPLICATE BY BOTH THE SUCCESSFUL BIDDER (PART 1) AND THE
PURCHASER (PART 2). BOTH FORMS MUST BE SIGNED IN THE ORIGINAL SO THAT THE SUCCESSFUL
BIDDER AND THE PURCHASER WOULD BE IN POSSESSION OF ORIGINALLY SIGNED CONTRACTS FOR
THEIR RESPECTIVE RECORDS.

PART 1 (TO BE FILLED IN BY THE BIDDER)


1. I hereby undertake to supply all or any of the goods and/or works described in the attached bidding
documents to CITY OF TSHWANE MUNICIPALITY in accordance with the requirements and
specifications stipulated in bid number ES 10-2020/21 at the price/s quoted. My offer/s remain binding
upon me and open for acceptance by the purchaser during the validity period indicated and calculated
from the closing time of bid.

2. The following documents shall be deemed to form and be read and construed as part of this agreement:

(i) Bidding documents, viz


- Invitation to bid;
- Tax clearance certificate;
- Pricing schedule(s);
- Technical Specification(s);
- Preference claims for Broad Based Black Economic Empowerment Status Level of
Contribution in terms of the Preferential Procurement Regulations 2011;
- Declaration of interest;
- Declaration of bidder’s past SCM practices;
- Certificate of Independent Bid Determination;
- Special Conditions of Contract;
(ii) General Conditions of Contract; and
(iii) Other (specify)

3. I confirm that I have satisfied myself as to the correctness and validity of my bid; that the price(s) and
rate(s) quoted cover all the goods and/or works specified in the bidding documents; that the price(s) and
rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and
calculations will be at my own risk.

4. I accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving
on me under this agreement as the principal liable for the due fulfillment of this contract.

5. I declare that I have no participation in any collusive practices with any bidder or any other person
regarding this or any other bid.

6. I confirm that I am duly authorised to sign this contract.

NAME (PRINT) ………………………………………….


WITNESSES
CAPACITY ………………………………………….

SIGNATURE …………………………………………. 1 …….……………

NAME OF FIRM ………………………………………….


2. ……………………
DATE ………………………………………….
DATE:
……………………
.
MBD 7.1

CONTRACT FORM - PURCHASE OF GOODS/WORKS

PART 2 (TO BE FILLED IN BY THE PURCHASER)

1. I……………………………………… in my capacity as…………………………………………………...…..


accept your bid under reference number ………………dated………………………for the supply of
goods/works indicated hereunder and/or further specified in the annexure(s).

2. An official order indicating delivery instructions is forthcoming.

3. I undertake to make payment for the goods/works delivered in accordance with the terms and conditions
of the contract, within 30 (thirty) days after receipt of an invoice accompanied by the delivery note.

MINIMUM
THRESHOLD
PRICE (ALL
B-BBEE STATUS FOR LOCAL
ITEM APPLICABLE DELIVERY
BRAND LEVEL OF PRODUCTION
NO. TAXES PERIOD
CONTRIBUTION AND
INCLUDED)
CONTENT (if
applicable)

4. I confirm that I am duly authorized to sign this contract.

SIGNED AT ………………………………………ON………………………………..

NAME (PRINT) …………………………………….

SIGNATURE …………………………………….

OFFICIAL STAMP WITNESSES

1. ……………………
….

2. ……………………
….

DATE
155
……………………
….
MBD 8

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT


PRACTICES

1 This Municipal Bidding Document must form part of all bids invited.

2 It serves as a declaration to be used by municipalities and municipal entities in ensuring that


when goods and services are being procured, all reasonable steps are taken to combat the
abuse of the supply chain management system.

3 The bid of any bidder may be rejected if that bidder, or any of its directors have:

a. abused the municipality’s / municipal entity’s supply chain management system or


committed any improper conduct in relation to such system;
b. been convicted for fraud or corruption during the past five years;
c. willfully neglected, reneged on or failed to comply with any government, municipal or
other public sector contract during the past five years; or
d. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention
and Combating of Corrupt Activities Act (No 12 of 2004).

4 In order to give effect to the above, the following questionnaire must be completed and
submitted with the bid.

Item Question Yes No


4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as Yes No
companies or persons prohibited from doing business with the public sector?

(Companies or persons who are listed on this Database were informed in writing of
this restriction by the Accounting Officer/Authority of the institution that imposed the
restriction after the audi alteram partem rule was applied).

The Database of Restricted Suppliers now resides on the National Treasury’s


website(www.treasury.gov.za) and can be accessed by clicking on its link at the
bottom of the home page.

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in Yes No
terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12
of 2004)?
The Register for Tender Defaulters can be accessed on the National Treasury’s
website (www.treasury.gov.za) by clicking on its link at the bottom of the home
page.

156
4.2.1 If so, furnish particulars:

4.3 Was the bidder or any of its directors convicted by a court of law (including a court of Yes No
law outside the Republic of South Africa) for fraud or corruption during the past five
years?

4.3.1 If so, furnish particulars:

Item Question Yes No


4.4 Does the bidder or any of its directors owe any municipal rates and taxes or Yes No
municipal charges to the municipality / municipal entity, or to any other municipality
/ municipal entity, that is in arrears for more than three months?

4.4.1 If so, furnish particulars:

4.5 Was any contract between the bidder and the municipality / municipal entity or any Yes No
other organ of state terminated during the past five years on account of failure to
perform on or comply with the contract?

4.7.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) …………..……………………………..……


CERTIFY THAT THE INFORMATION FURNISHED ON THIS
DECLARATION FORM TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY


BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………………... …………………………..
Signature Date

157
MBD 9
CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Municipal Bidding Document (MBD) must form part of all bids¹ invited.

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement
between, or concerted practice by, firms, or a decision by an association of firms, if it is between
parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive
bidding is a pe se prohibition meaning that it cannot be justified under any grounds.

3 Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must
provide measures for the combating of abuse of the supply chain management system, and
must enable the accounting officer, among others, to:

a. take all reasonable steps to prevent such abuse;

b. reject the bid of any bidder if that bidder or any of its directors has abused the supply
chain management system of the municipality or municipal entity or has committed any
improper conduct in relation to such system; and

c. cancel a contract awarded to a person if the person committed any corrupt or fraudulent
act during the bidding process or the execution of the contract.

4 This MBD serves as a certificate of declaration that would be used by institutions to ensure that,
when bids are considered, reasonable steps are taken to prevent any form of bid-rigging.
5 In order to give effect to the above, the attached Certificate of Bid Determination (MBD 9) must
be completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the
quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an
agreement between competitors not to compete.

158
MBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid: ES 10-2020/21


TENDER FOR THE SUPPLY AND DELIVERY OF EMERGENCY SERVICES URBAN SEARCH,
RESCUE AND MISCELLANEOUS EQUIPMENT TO THE CITY OF TSHWANE, EMERGENCY
SERVICES DEPARTMENT FOR A PERIOD OF THREE (3) YEARS ON AN AS AND WHEN
REQUIRED BASIS FROM DATE OF APPOINTMENT

(Bid Number and Description)


in response to the invitation for the bid made by:
CITY OF TSHWANE MUNICIPALITY

do hereby make the following statements that I certify to be true and complete in every respect :

I certify, on behalf of:_______________________________________________________that:


(Name of Bidder)
1. I have read and I understand the contents of this Certificate;
2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be
true and complete in every respect;
3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on
behalf of the bidder;
4. Each person whose signature appears on the accompanying bid has been authorized by the
bidder to determine the terms of, and to sign, the bid, on behalf of the bidder;
5. For the purposes of this Certificate and the accompanying bid, I understand that the word
“competitor” shall include any individual or organization, other than the bidder, whether or not
affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;
(b) could potentially submit a bid in response to this bid invitation, based on their
qualifications, abilities or experience; and
(c) provides the same goods and services as the bidder and/or is in the same line of business as
the bidder

MBD 9

159
6. The bidder has arrived at the accompanying bid independently from, and without consultation,
communication, agreement or arrangement with any competitor. However communication

between partners in a joint venture or consortium³ will not be construed as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no
consultation, communication, agreement or arrangement with any competitor regarding:
(a) prices;
(b) geographical area where product or service will be rendered (market allocation)
(c) methods, factors or formulas used to calculate prices;
(d) the intention or decision to submit or not to submit, a bid;
(e) the submission of a bid which does not meet the specifications and conditions of
the bid; or
(f) bidding with the intention not to win the bid.
8. In addition, there have been no consultations, communications, agreements or arrangements
with any competitor regarding the quality, quantity, specifications and conditions or delivery
particulars of the products or services to which this bid invitation relates.
9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder,
directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of
the awarding of the contract.

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and
knowledge in an activity for the execution of a contract.

160
MBD 9

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any
restrictive practices related to bids and contracts, bids that are suspicious will be reported to the
Competition Commission for investigation and possible imposition of administrative penalties in
terms of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National
Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting
business with the public sector for a period not exceeding ten (10) years in terms of the
Prevention and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable
legislation.

………………………………………………… …………………………………
Signature Date

…………………………………………………. …………………………………
Position Name of Bidder

161
THE NATIONAL TREASURY

Republic of South Africa

_____________________________________________________________________

GOVERNMENT PROCUREMENT:

GENERAL CONDITIONS OF CONTRACT

July 2010

162
GOVERNMENT PROCUREMENT

GENERAL CONDITIONS OF CONTRACT


July 2010

NOTES

The purpose of this document is to:

(i) Draw special attention to certain general conditions


applicable to government bids, contracts and orders; and
(ii) To ensure that clients be familiar with regard to the rights
and obligations of all parties involved in doing business with
government.

In this document words in the singular also mean in the plural and
vice versa and words in the masculine also mean in the feminine
and neuter.

• The General Conditions of Contract will form part of all


bid documents and may not be amended.

• Special Conditions of Contract (SCC) relevant to a specific


bid, should be compiled separately for every bid (if
(applicable) and will supplement the General Conditions of
Contract. Whenever there is a conflict, the provisions in
the SCC shall prevail.

163
TABLE OF CLAUSES

1. Definitions
2. Application
3. General
4. Standards
5. Use of contract documents and information; inspection
6. Patent rights
7. Performance security
8. Inspections, tests and analysis
9. Packing
10. Delivery and documents
11. Insurance
12. Transportation
13. Incidental services
14. Spare parts
15. Warranty
16. Payment
17. Prices
18. Contract amendments
19. Assignment
20. Subcontracts
21. Delays in the supplier’s performance
22. Penalties
23. Termination for default
24. Dumping and countervailing duties
25. Force Majeure
26. Termination for insolvency
27. Settlement of disputes
28. Limitation of liability
29. Governing language
30. Applicable law
31. Notices
32. Taxes and duties
33. National Industrial Participation Programme (NIPP)
34. Prohibition of restrictive practices
164
General Conditions of Contract

1. Definitions 1. The following terms shall be interpreted as indicated:

1.1 “Closing time” means the date and hour specified in the bidding documents
for the receipt of bids.

“Contract” means the written agreement entered into between the purchaser
1.2
and the supplier, as recorded in the contract form signed by the parties,
including all attachments and appendices thereto and all documents
incorporated by reference therein.

“Contract price” means the price payable to the supplier under the contract
1.3
for the full and proper performance of his contractual obligations.

“Corrupt practice” means the offering, giving, receiving, or soliciting of


anything of value to influence the action of a public official in the
1.4
procurement process or in contract execution.

"Countervailing duties" are imposed in cases where an enterprise abroad is


subsidized by its government and encouraged to market its products
1.5
internationally.

“Country of origin” means the place where the goods were mined, grown or
produced or from which the services are supplied. Goods are produced when,
1.6 through manufacturing, processing or substantial and major assembly of
components, a commercially recognized new product results that is
substantially different in basic characteristics or in purpose or utility from its
components.

1.7 “Day” means calendar day.

1.8 “Delivery” means delivery in compliance of the conditions of the contract


or order.

1.9 “Delivery ex stock” means immediate delivery directly from stock actually
on hand.

1.10 “Delivery into consignees store or to his site” means delivered and unloaded
in the specified store or depot or on the specified site in compliance with the
conditions of the contract or order, the supplier bearing all risks and charges
involved until the supplies are so delivered and a valid receipt is obtained.

165
1.11 "Dumping" occurs when a private enterprise abroad market its goods on own
initiative in the RSA at lower prices than that of the country of origin and
which have the potential to harm the local industries in the RSA.

1.12 ”Force majeure” means an event beyond the control of the supplier and not
involving the supplier’s fault or negligence and not foreseeable. Such events
may include, but is not restricted to, acts of the purchaser in its sovereign
capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions
and freight embargoes.

1.13 “Fraudulent practice” means a misrepresentation of facts in order to influence


a procurement process or the execution of a contract to the detriment of any
bidder, and includes collusive practice among bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive
levels and to deprive the bidder of the benefits of free and open competition.

1.14 “GCC” means the General Conditions of Contract.

1.15 “Goods” means all of the equipment, machinery, and/or other materials that
the supplier is required to supply to the purchaser under the contract.

1.16 “Imported content” means that portion of the bidding price represented by the
cost of components, parts or materials which have been or are still to be
imported (whether by the supplier or his subcontractors) and which costs are
inclusive of the costs abroad, plus freight and other direct importation costs
such as landing costs, dock dues, import duty, sales duty or other similar tax
or duty at the South African place of entry as well as transportation and
handling charges to the factory in the Republic where the supplies covered
by the bid will be manufactured.

1.17 “Local content” means that portion of the bidding price which is not included
in the imported content provided that local manufacture does take place.

1.18 “Manufacture” means the production of products in a factory using labour,


materials, components and machinery and includes other related value-
adding activities.

1.19 “Order” means an official written order issued for the supply of goods or
works or the rendering of a service.

1.20 “Project site,” where applicable, means the place indicated in bidding
documents.

1.21 “Purchaser” means the organization purchasing the goods.

1.22 “Republic” means the Republic of South Africa.

166
1.23 “SCC” means the Special Conditions of Contract.

1.24 “Services” means those functional services ancillary to the supply of the
goods, such as transportation and any other incidental services, such as
installation, commissioning, provision of technical assistance, training,
catering, gardening, security, maintenance and other such obligations of the
supplier covered under the contract.

1.25 “Written” or “in writing” means handwritten in ink or any form of electronic
or mechanical writing.

1. Application 2.1 These general conditions are applicable to all bids, contracts and orders
including bids for functional and professional services, sales, hiring, letting
and the granting or acquiring of rights, but excluding

immovable property, unless otherwise indicated in the bidding documents.

2.2 Where applicable, special conditions of contract are also laid down to cover
specific supplies, services or works.

2.3 Where such special conditions of contract are in conflict with these general
conditions, the special conditions shall apply.

3. General 3.1 Unless otherwise indicated in the bidding documents, the purchaser shall not
be liable for any expense incurred in the preparation and submission of a bid.
Where applicable a non-refundable fee for documents may be charged.

3.2 With certain exceptions, invitations to bid are only published in the
Government Tender Bulletin. The Government Tender Bulletin may be
obtained directly from the Government Printer, Private Bag X85, Pretoria
0001, or accessed electronically from www.treasury.gov.za

4. Standards 4.1 The goods supplied shall conform to the standards mentioned in the bidding
documents and specifications.

5. Use of 5.1 The supplier shall not, without the purchaser’s prior written consent, disclose
contract the contract, or any provision thereof, or any specification, plan, drawing,
documents pattern, sample, or information furnished by or on behalf of the purchaser in
and connection therewith, to any person other than a person employed by the
information supplier in the performance of the contract. Disclosure to any such
inspection. employed person shall be made in confidence and shall extend only so far as
may be necessary for purposes of such performance.

167
5.2 The supplier shall not, without the purchaser’s prior written consent, make
use of any document or information mentioned in GCC clause 5.1 except for
purposes of performing the contract.

5.3 Any document, other than the contract itself mentioned in GCC clause 5.1
shall remain the property of the purchaser and shall be returned (all copies)
to the purchaser on completion of the supplier’s performance under the
contract if so required by the purchaser.

5.4 The supplier shall permit the purchaser to inspect the supplier’s records
relating to the performance of the supplier and to have them audited by
auditors appointed by the purchaser, if so required by the purchaser.

6. Patent rights 6.1 The supplier shall indemnify the purchaser against all third-party claims of
infringement of patent, trademark, or industrial design rights arising from use
of the goods or any part thereof by the purchaser.

7. Performance 7.1 Within thirty (30) days of receipt of the notification of contract award, the
security successful bidder shall furnish to the purchaser the performance security of
the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable to the purchaser
as compensation for any loss resulting from the supplier’s failure to complete
his obligations under the contract.

7.3 The performance security shall be denominated in the currency of the


contract, or in a freely convertible currency acceptable to the purchaser and
shall be in one of the following forms:

(a) a bank guarantee or an irrevocable letter of credit issued by a reputable


bank located in the purchaser’s country or abroad, acceptable to the
purchaser, in the form provided in the bidding documents or another
form acceptable to the purchaser; or
(b) a cashier’s or certified cheque

7.4 The performance security will be discharged by the purchaser and returned
to the supplier not later than thirty (30) days following the date of completion
of the supplier’s performance obligations under the contract, including any
warranty obligations, unless otherwise specified in SCC.

8. Inspections, 8.1 All pre-bidding testing will be for the account of the bidder.
tests and analyses
8.2 If it is a bid condition that supplies to be produced or services to be
rendered should at any stage during production or execution or on
completion be subject to inspection, the premises of the bidder or contractor
shall be open, at all reasonable hours, for inspection by a representative of

168
the Department or an organization acting on behalf of the Department.

8.3 If there are no inspection requirements indicated in the bidding documents


and no mention is made in the contract, but during the contract period it is
decided that inspections shall be carried out, the purchaser shall itself make
the necessary arrangements, including payment arrangements with the testing
authority concerned.

8.4 If the inspections, tests and analyses referred to in clauses 8.2 and 8.3 show
the supplies to be in accordance with the contract requirements, the cost of
the inspections, tests and analyses shall be defrayed by the purchaser.

8.5 Where the supplies or services referred to in clauses 8.2 and 8.3 do not
comply with the contract requirements, irrespective of whether such supplies
or services are accepted or not, the cost in connection with these inspections,
tests or analyses shall be defrayed by the supplier.

8.6 Supplies and services which are referred to in clauses 8.2 and 8.3 and which
do not comply with the contract requirements may be rejected.

8.7 Any contract supplies may on or after delivery be inspected, tested or


analyzed and may be rejected if found not to comply with the requirements
of the contract. Such rejected supplies shall be held at the cost and risk of the
supplier who shall, when called upon, remove them immediately at his own
cost and forthwith substitute them with supplies which do comply with the
requirements of the contract. Failing such removal the rejected supplies shall
be returned at the suppliers cost and risk. Should the supplier fail to provide
the substitute supplies forthwith, the purchaser may, without giving the
supplier further opportunity to substitute the rejected supplies, purchase such
supplies as may be necessary at the expense of the supplier.

8.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the
purchaser to cancel the contract on account of a breach of the conditions
thereof, or to act in terms of Clause 23 of GCC.

9. Packing 9.1 The supplier shall provide such packing of the goods as is required to
prevent their damage or deterioration during transit to their final destination,
as indicated in the contract. The packing shall be sufficient to withstand,
without limitation, rough handling during transit and exposure to extreme
temperatures, salt and precipitation during transit, and open storage. Packing,
case size and weights shall take into consideration, where appropriate, the
remoteness of the goods’ final destination and the absence of heavy handling
facilities at all points in transit.

9.2 The packing, marking, and documentation within and outside the packages
shall comply strictly with such special requirements as shall be expressly
provided for in the contract, including additional requirements, if any,
169
specified in SCC, and in any subsequent instructions ordered by the
purchaser.

10. Delivery 10.1 Delivery of the goods shall be made by the supplier in accordance with
and documents the terms specified in the contract. The details of shipping and/or other
documents to be furnished by the supplier are specified in SCC.

10.2 Documents to be submitted by the supplier are specified in SCC.

11. Insurance 11.1 The goods supplied under the contract shall be fully insured in a freely
convertible currency against loss or damage incidental to manufacture or
acquisition, transportation, storage and delivery in the manner specified in the
SCC.

12. Transportation 12.1 Should a price other than an all-inclusive delivered price be required, this
shall be specified in the SCC.

13. Incidental 13.1 The supplier may be required to provide any or all of the following services,
services including additional services, if any, specified in SCC:

(a) performance or supervision of on-site assembly and/or commissioning


of the supplied goods;
(b) furnishing of tools required for assembly and/or maintenance of the
supplied goods;
(c) furnishing of a detailed operations and maintenance manual for each
appropriate unit of the supplied goods;
(d) performance or supervision or maintenance and/or repair of the supplied
goods, for a period of time agreed by the parties, provided that this
service shall not relieve the supplier of any warranty obligations under
this contract; and
(e) training of the purchaser’s personnel, at the supplier’s plant and/or on-
site, in assembly, start-up, operation, maintenance, and/or repair of the
supplied goods.

13.2 Prices charged by the supplier for incidental services, if not included in the
contract price for the goods, shall be agreed upon in advance by the parties
and shall not exceed the prevailing rates charged to other parties by the
supplier for similar services.

14. Spare parts 14.1 As specified in SCC, the supplier may be required to provide any or all of
the following materials, notifications, and information pertaining to spare
parts manufactured or distributed by the supplier:

(a) such spare parts as the purchaser may elect to purchase from the
supplier, provided that this election shall not relieve the supplier of any
warranty obligations under the contract; and
170
(b) in the event of termination of production of the spare parts:
(i) Advance notification to the purchaser of the pending termination, in
sufficient time to permit the purchaser to procure needed
requirements; and
(ii) following such termination, furnishing at no cost to the purchaser, the
blueprints, drawings, and specifications of the spare parts, if
requested.

15. Warranty 15.1 The supplier warrants that the goods supplied under the contract are new,
unused, of the most recent or current models, and that they incorporate all
recent improvements in design and materials unless provided otherwise in
the contract. The supplier further warrants that all goods supplied under this
contract shall have no defect, arising from design, materials, or workmanship
(except when the design and/or material is required by the purchaser’s
specifications) or from any act or omission of the supplier, that may develop
under normal use of the supplied goods in the conditions prevailing in the
country of final destination.

15.2 This warranty shall remain valid for twelve (12) months after the goods, or
any portion thereof as the case may be, have been delivered to and accepted
at the final destination indicated in the contract, or for eighteen (18) months
after the date of shipment from the port or place of loading in the source
country, whichever period concludes earlier, unless specified otherwise in
SCC.

15.3 The purchaser shall promptly notify the supplier in writing of any claims
arising under this warranty.

15.4 Upon receipt of such notice, the supplier shall, within the period specified in
SCC and with all reasonable speed, repair or replace the defective goods or
parts thereof, without costs to the purchaser.

15.5 If the supplier, having been notified, fails to remedy the defect(s) within the
period specified in SCC, the purchaser may proceed to take
such remedial action as may be necessary, at the supplier’s risk and expense
and without prejudice to any other rights which the purchaser may have
against the supplier under the contract.

16. Payment 16.1 The method and conditions of payment to be made to the supplier under this
contract shall be specified in SCC.

16.2 The supplier shall furnish the purchaser with an invoice accompanied by a
copy of the delivery note and upon fulfillment of other obligations stipulated
in the contract.

16.3 Payments shall be made promptly by the purchaser, but in no case later than
thirty (30) days after submission of an invoice or claim by the supplier.
171
16.4 Payment will be made in Rand unless otherwise stipulated in SCC.

17. Prices 17.1 Prices charged by the supplier for goods delivered and services performed
under the contract shall not vary from the prices quoted by the supplier in his
bid, with the exception of any price adjustments authorized in SCC or in the
purchaser’s request for bid validity extension, as the case may be.

18. Contract 18.1 No variation in or modification of the terms of the contract shall be made
amendments except by written amendment signed by the parties concerned.

19. Assignment 19.1 The supplier shall not assign, in whole or in part, its obligations to perform
under the contract, except with the purchaser’s prior written consent.

20. Subcontracts 20.1 The supplier shall notify the purchaser in writing of all subcontracts awarded
under this contracts if not already specified in the bid. Such notification, in
the original bid or later, shall not relieve the supplier from any liability or
obligation under the contract.

21. Delays in the 21.1 Delivery of the goods and performance of services shall be made by the
supplier’s supplier in accordance with the time schedule prescribed by the purchaser in
performance the contract.

21.2 If at any time during performance of the contract, the supplier or its
subcontractor(s) should encounter conditions impeding timely delivery of the
goods and performance of services, the supplier shall promptly notify the
purchaser in writing of the fact of the delay, its likely duration and its
cause(s). As soon as practicable after receipt of the supplier’s notice, the
purchaser shall evaluate the situation and may at his discretion extend the
supplier’s time for performance, with or without the imposition of penalties,
in which case the extension shall be ratified by the parties by amendment of
contract.

21.3 No provision in a contract shall be deemed to prohibit the obtaining of


supplies or services from a national department, provincial department, or a
local authority.

21.4 The right is reserved to procure outside of the contract small quantities or to
have minor essential services executed if an emergency arises, the supplier’s
point of supply is not situated at or near the place where the supplies are
required, or the supplier’s services are not readily available.

21.5 Except as provided under GCC Clause 25, a delay by the supplier in the
performance of its delivery obligations shall render the supplier liable to the
imposition of penalties, pursuant to GCC Clause 22, unless an extension of

172
time is agreed upon pursuant to GCC Clause 21.2 without the application of
penalties.

21.6 Upon any delay beyond the delivery period in the case of a supplies contract,
the purchaser shall, without canceling the contract, be entitled to purchase
supplies of a similar quality and up to the same quantity in substitution of the
goods not supplied in conformity with the contract and to return any goods
delivered later at the supplier’s expense and risk, or to cancel the contract and
buy such goods as may be required to complete the contract and without
prejudice to his other rights, be entitled to claim damages from the supplier.

22. Penalties 22.1 Subject to GCC Clause 25, if the supplier fails to deliver any or all of the
goods or to perform the services within the period(s) specified in the
contract, the purchaser shall, without prejudice to its other remedies under
the contract, deduct from the contract price, as a penalty, a sum calculated
on the delivered price of the delayed goods or unperformed services using
the current prime interest rate calculated for each day of the delay until actual
delivery or performance. The purchaser may also consider termination of the
contract pursuant to GCC Clause 23.

23. Termination 23.1 The purchaser, without prejudice to any other remedy for breach of
for default contract, by written notice of default sent to the supplier, may terminate this
contract in whole or in part:

(a) if the supplier fails to deliver any or all of the goods within the period(s)
specified in the contract, or within any extension thereof granted by the
purchaser pursuant to GCC Clause 21.2;
(b) if the Supplier fails to perform any other obligation(s) under the contract;
or
(c) if the supplier, in the judgment of the purchaser, has engaged in corrupt
or fraudulent practices in competing for or in executing the contract.

23.2 In the event the purchaser terminates the contract in whole or in part, the
purchaser may procure, upon such terms and in such manner as it deems
appropriate, goods, works or services similar to those undelivered, and the
supplier shall be liable to the purchaser for any excess costs for such similar
goods, works or services. However, the supplier shall continue performance
of the contract to the extent not terminated.

23.3 Where the purchaser terminates the contract in whole or in part, the purchaser
may decide to impose a restriction penalty on the supplier by prohibiting such
supplier from doing business with the public sector for a period not exceeding
10 years.

23.4 If a purchaser intends imposing a restriction on a supplier or any person


associated with the supplier, the supplier will be allowed a time period of not

173
more than fourteen (14) days to provide reasons why the envisaged restriction
should not be imposed. Should the supplier fail to respond within the
stipulated fourteen (14) days the purchaser may regard the intended penalty
as not objected against and may impose it on the supplier.

23.5 Any restriction imposed on any person by the Accounting Officer / Authority
will, at the discretion of the Accounting Officer / Authority, also be applicable
to any other enterprise or any partner, manager, director or other person who
wholly or partly exercises or exercised or may exercise control over the
enterprise of the first-mentioned person, and with which enterprise or person
the first-mentioned person, is or was in the opinion of the Accounting Officer
/ Authority actively associated.

23.6 If a restriction is imposed, the purchaser must, within five (5) working days
of such imposition, furnish the National Treasury, with the following
information:
(i) the name and address of the supplier and / or person restricted by the
purchaser;
(ii) the date of commencement of the restriction
(iii) `the period of restriction; and
(iv) the reasons for the restriction.

These details will be loaded in the National Treasury’s central database of


suppliers or persons prohibited from doing business with the public sector.

23.7 If a court of law convicts a person of an offence as contemplated in sections


12 or 13 of the Prevention and Combating of Corrupt Activities Act, No. 12
of 2004, the court may also rule that such person’s name be endorsed on the
Register for Tender Defaulters. When a person’s name has been endorsed on
the Register, the person will be prohibited from doing business with the
public sector for a period not less than five years and not more than 10 years.
The National Treasury is empowered to determine the period of restriction
and each case will be dealt with on its own merits. According to section 32
of the Act the Register must be open to the public. The Register can be
perused on the National Treasury website.

174
24. Anti-dumping and 24.1 When, after the date of bid, provisional payments are required, or
countervailing duties
antidumping or countervailing duties are imposed, or the amount of a
and rights
provisional payment or anti-dumping or countervailing right is increased
in respect of any dumped or subsidized import, the State is not liable for
any amount so required or imposed, or for the amount of any such increase.
When, after the said date, such a provisional payment is no longer required
or any such anti-dumping or countervailing right is abolished, or where the
amount of such provisional payment or any such right is reduced, any such
favourable difference shall on demand be paid forthwith by the contractor
to the State or the State may deduct such amounts from moneys (if any)
which may otherwise be due to the contractor in regard to supplies or
services which he delivered or rendered, or is to deliver or render in terms
of the contract or any other contract or any other amount which may be
due to him

25. Force 25.1 Notwithstanding the provisions of GCC Clauses 22 and 23, the
Majeure supplier shall not be liable for forfeiture of its performance security, damages,
or termination for default if and to the extent that his delay in performance or
other failure to perform his obligations under the contract is the result of an
event of force majeure.

25.2 If a force majeure situation arises, the supplier shall promptly notify the
purchaser in writing of such condition and the cause thereof. Unless
otherwise directed by the purchaser in writing, the supplier shall continue to
perform its obligations under the contract as far as is reasonably practical, and
shall seek all reasonable alternative means for performance not prevented by
the force majeure event.

26. Termination 26.1 The purchaser may at any time terminate the contract by giving written
for insolvency notice to the supplier if the supplier becomes bankrupt or otherwise
insolvent. In this event, termination will be without compensation to the
supplier, provided that such termination will not prejudice or affect any right
of action or remedy which has accrued or will accrue thereafter to the
purchaser.

27. Settlement of 27.1 If any dispute or difference of any kind whatsoever arises between the
Disputes purchaser and the supplier in connection with or arising out of the contract,
the parties shall make every effort to resolve amicably such dispute or
difference by mutual consultation.

27.2 If, after thirty (30) days, the parties have failed to resolve their dispute or
difference by such mutual consultation, then either the purchaser or the
supplier may give notice to the other party of his intention to commence with
mediation. No mediation in respect of this matter may be commenced unless
such notice is given to the other party.
175
27.3 Should it not be possible to settle a dispute by means of mediation, it may be
settled in a South African court of law.

27.4 Mediation proceedings shall be conducted in accordance with the rules of


procedure specified in the SCC.

27.5 Notwithstanding any reference to mediation and/or court proceedings herein,

(a) the parties shall continue to perform their respective obligations under the
contract unless they otherwise agree; and
(b) the purchaser shall pay the supplier any monies due the supplier.

28. Limitation of 28.1 Except in cases of criminal negligence or willful misconduct, and in
liability the case of infringement pursuant to Clause 6;
(a) the supplier shall not be liable to the purchaser, whether in contract,
tort, or otherwise, for any indirect or consequential loss or damage,
loss of use, loss of production, or loss of profits or interest costs,
provided that this exclusion shall not apply to any obligation of the
supplier to pay penalties and/or damages to the purchaser; and

(b) the aggregate liability of the supplier to the purchaser, whether under the
contract, in tort or otherwise, shall not exceed the total contract price, provided
that this limitation shall not apply to the cost of repairing or replacing defective
equipment.
29. Governing 29.1 The contract shall be written in English. All correspondence and other
language documents pertaining to the contract that is exchanged by the parties shall
also be written in English.

30. Applicable 30.1 The contract shall be interpreted in accordance with South African laws,
law unless otherwise specified in SCC.

31. Notices 31.1 Every written acceptance of a bid shall be posted to the supplier concerned
by registered or certified mail and any other notice to him shall be posted by
ordinary mail to the address furnished in his bid or to the address notified later
by him in writing and such posting shall be deemed to be proper service of
such notice

31.2 The time mentioned in the contract documents for performing any act after
such aforesaid notice has been given, shall be reckoned from the date of
posting of such notice.

32. Taxes and 32.1 A foreign supplier shall be entirely responsible for all taxes, stamp
duties duties, license fees, and other such levies imposed outside the purchaser’s
176
country.
32.2 A local supplier shall be entirely responsible for all taxes, duties, license fees,
etc., incurred until delivery of the contracted goods to the purchaser.

32.3 No contract shall be concluded with any bidder whose tax matters are not in
order. Prior to the award of a bid the Department must be in possession of a
tax clearance certificate, submitted by the bidder. This certificate must be an
original issued by the South African Revenue Services.
33. National 33.1 The NIP Programme administered by the Department of Trade and Industry
Industrial shall be applicable to all contracts that are subject to the NIP obligation
Participation (NIP)
Programme

34. Prohibition of 34.1 In terms of section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998,
Restrictive practices as amended, an agreement between, or concerted practice by, firms, or a
decision by an association of firms, is prohibited if it is between parties in a
horizontal relationship and if a bidder (s) is / are or a contractor(s) was / were
involved in collusive bidding (or bid rigging).
34.2 If a bidder(s) or contractor(s), based on reasonable grounds or evidence
obtained by the purchaser, has / have engaged in the restrictive practice
referred to above, the purchaser may refer the matter to the Competition
Commission for investigation and possible imposition of administrative
penalties as contemplated in the Competition Act No. 89 of 1998.
34.3 If a bidder(s) or contractor(s), has / have been found guilty by the Competition
Commission of the restrictive practice referred to above, the purchaser may,
in addition and without prejudice to any other remedy provided for, invalidate
the bid(s) for such item(s) offered, and / or terminate the contract in whole or
part, and / or restrict the bidder(s) or contractor(s) from conducting business
with the public sector for a period not exceeding ten (10) years and / or claim
damages from the bidder(s) or contractor(s) concerned.

Js General Conditions of Contract (revised July 2010)

177
SERVICE LEVEL AGREEMENT

entered into between

THE CITY OF TSHWANE METROPOLITAN MUNICIPALITY


AND

____________________________________________

Registration Number __________________________

Doc2 Version 1 3 March 2017

178
SERVICE LEVEL AGREEMENT

entered into between

THE CITY OF TSHWANE METROPOLITAN MUNICIPALITY


a municipality as described in section 2 of the Local Government: Municipal Systems Act, 2000
and as contemplated in section 155 of the Constitution of the Republic of South Africa, 1996
as a category A municipality, or the Assignee, if applicable, herein represented by City of
Tshwane in his capacity as City Manager duly authorised thereto under and by virtue of a
resolution passed on 26 January 2012, and who by his/her signature hereto warrants that
he/she is properly authorised to sign this Agreement.

(Herein referred to as the “CITY”)

AND

____________________________________________

Registration Number __________________________

Herein represented by in his/her capacity as duly


authorised thereto under and by virtue of a resolution of the Board passed on
, a copy of which is annexed as “Annexure A”, and who by his/her
signature hereto warrants that he/she is properly authorised to sign this Agreement
(Herein referred to as the “SERVICE PROVIDER”)

179
CONTENT

1 DEFINITIONS .....................................................................................................7

2 INTERPRETATION .............................................................................................8

3 APPOINTMENT ................................................................................................ 10

4 PURPOSE OF THE AGREEMENT ................................................................... 10

5 RELATIONSHIP ................................................................................................ 10

6 DURATION ....................................................................................................... 10

7 CONTACT PERSON ......................................................................................... 10

8 SCOPE OF GENERAL SERVICES ................................................................... 11

9 PRICE AND PAYMENT .................................................................................... 11

10 PRICE RESTRUCTURING ............................................................................... 13

11 SERVICE LEVELS ............................................................................................ 14

12 WITHHOLDING OF PERFORMANCE .............................................................. 14

13 PENALTY ......................................................................................................... 15

14 ACCESS ........................................................................................................... 15

15 ORDERS OF GOODS ....................................................................................... 16

16 DELIVERY OF GOODS .................................................................................... 16

180
17 DEFECTIVE GOODS / LATENT PRODUCTS .................................................. 17

18 AMENDMENT OR CANCELLATION OF PURCHASE ORDER ....................... 18

19 INSPECTION .................................................................................................... 18

20 MAINTENANCE AND SUPPORT ..................................................................... 20

21 TRAINING ......................................................................................................... 20

22 SERVICE PROVIDER’S WARRANTIES AND INDEMNITIES.......................... 20

23 SERVICE PROVIDER’S PERSONNEL ............................................................. 23

24 STATUTORY AND EMPLOYMENT ISSUES .................................................... 24

25 SUB-CONTRACTING ....................................................................................... 25

26 CONFIDENTIALITY .......................................................................................... 26

27 INTELLECTUAL PROPERTY RIGHTS............................................................. 27

28 FORCE MAJEURE ........................................................................................... 28

29 CESSION .......................................................................................................... 29

30 CHANGE OF CONTROL / CIRCUMSTANCE ................................................... 29

31 BREACH ........................................................................................................... 30

32 EARLY TERMINATION .................................................................................... 30

33 DISPUTES ........................................................................................................ 30

34 LAWS AND JURISDICTION ............................................................................. 33

181
35 NOTICES AND COMMUNICATIONS ............................................................... 33

36 GENERAL AND MISCELLANEOUS ................................................................ 35

37 EXECUTION ..................................................................................................... 36
ANNEXURE “A” BOARD RESOLUTION ................................................................
38

ANNEXURE “B”SCOPE OF WORK AND DELIVERABLES ................................... 39

ANNEXURE “C” PAYMENT TERMS ...................................................................... 40

182
RECORDAL:

WHEREAS the City requires various services to be provided, or carried out and delivered
at the service areas;

AND WHEREAS the City wishes to appoint the service provider;

AND WHEREAS the service provider wishes to provide such services;

AND WHEREAS the service provider has indicated that it has the necessary expertise,
skills and capabilities to provide the service;

NOW THEREFORE the Parties have agreed to enter into this Agreement, in terms of
which the service provider shall provide the Services in the Service Areas and/or Delivery
Area and provide maintenance and support thereof, to the City in accordance with the
terms and subject to the conditions of this Agreement:

1 DEFINITIONS

Unless otherwise expressly stated, or the context otherwise requires, the words and
expressions listed below shall, when used in this Agreement, including this
introduction, bear the meanings ascribed to them:

1.1 “Agreement” means this service level agreement and shall include any annexures
and/or schedules and/or attachments and/or appendices and/or any addenda
hereto or incorporated herein by reference, as amended from time to time;

1.2 “Business Day” means any day from Monday to Friday excluding Public
Holidays as defined in the Public Holidays Act 36 of 1994 (“Public Holidays
Act”) as amended from time to time;

1.3 “Business Week” means five consecutive Business Days, excluding Public
Holidays as defined in the Public Holidays Act;

183
1.4 “City” means the City of Tshwane Metropolitan Municipality, a metropolitan
municipality established in terms of section 12 of the Local Government: Municipal
Structures Act 117 of 1998;

1.5 “Contact Persons” means persons identified by the Parties as persons who are
responsible for the execution of the Agreement and whose names are set out in
clause 35 below and who can be substituted in writing from time to time;

1.6 “Contract Price” shall mean the amount reflected as the contract price in clause 9
below;

1.7 “Contract Period” means the contract period as reflected in clause 0 below;

1.8 “Effective Date” means notwithstanding the Signature


Date, _____________________;

1.9 “Intellectual Property” means Patents, Designs, Know-How, Copyright


and Trade Marks and all rights having equivalent or similar effect which may exist
anywhere in the world, introduced and required by either Party to give effect to their
obligations under this Agreement, owned in whole or in part by, or licensed to either
Party prior to the Commencement Date or developed after the Commencement
Date, and includes all further additions and improvements to the Intellectual
Property, otherwise pursuant to this Agreement;

1.10 “Month” means a calendar month;

1.11 “Parties” means City and Service Provider and “Party” means either of them as
the context requires;

1.12 “Services” means services to be provided by the Service Provider to the City as
detailed in clause 8 below;

1.13 “Service Provider” means


___________________________________________________, a company duly
incorporated in accordance with the company laws of the Republic of South Africa
with company registration number ______________________________;

184
1.14 “Signature Date” means the date of signature of this Agreement by the Party
signing last;

1.15 “Subcontract” means any contract or agreement or proposed contract between


the Service Provider and any third party whereby that third party agrees to provide
to the Service Provider the Services or any part thereof;

1.16 “Subcontractor” means the third party with whom the Service Provider enters into
a Subcontract;

1.17 “Tax Invoice” means the document as required by section 20 of the Value Added
Tax Act 89 of 1991, as amended from time to time; and

1.18 “VAT” means Value Added Tax as defined in terms of the Value Added Tax Act of
1991.

2 INTERPRETATION

2.1 Headings and sub-headings are inserted for information purposes only and shall
not be used in the interpretation of this Agreement.

2.2 Unless the context clearly indicates a contrary intention, any word connoting:

2.2.1 any singular shall be deemed to include a reference to the plural and vice
versa;

2.2.2 any one gender shall be deemed to include a reference to the other two
genders; and

2.2.3 a natural person shall be deemed to include a reference to a legal or


juristic person.

2.3 The expiry or termination of this Agreement shall not affect provisions of this
Agreement which expressly provide that they will operate after any such expiry or
termination of this Agreement. Provisions of necessity shall continue to have been
effective after such expiry or termination of this Agreement, notwithstanding that
the clauses themselves do not expressly provide for this.
185
2.4 The rule of interpretation that a written agreement shall be interpreted against the
party responsible for the drafting or preparation of that Agreement shall not apply.

2.5 Where figures are referred to in numerals and in words and there is any conflict
between the two, the words shall prevail.

2.6 Any reference to any legislation is a reference to such legislation as at the


Signature Date and as amended or re-enacted, from time to time.

2.7 If any provision in a definition is a substantive provision conferring any rights or


imposing any obligations on any party, then notwithstanding that, it is only in this
interpretation clause, effect shall be given to it as if it were a substantive provision
in this Agreement.

186
3 APPOINTMENT

The City hereby appoints the Service Provider, who accepts such appointment, to provide
the Services in accordance with the terms and subject to the conditions of this Agreement.

4 PURPOSE OF THE AGREEMENT

4.1 The Purpose of this Agreement is to:

4.1.1 formalise and regulate the working relationship between the Parties;

4.1.2 set out the roles and responsibilities of the Parties; and

4.1.3 define process and procedures to be followed by the Parties.

5 RELATIONSHIP

Nothing in this Agreement shall constitute, or be deemed to constitute a partnership or


joint venture between the Parties. Furthermore the Service Provider acknowledges and
agrees that its status under this Agreement is that of an independent service provider and
its status shall in no way be deemed to be that of an agent or employee of the City, for
any purpose whatsoever, and the Service Provider shall have no authority or power to
bind the City or to contract in the name of the City, or create a liability against the City in
any way or for any purpose.

6 DURATION

This Agreement shall commence on the Effective Date and shall subsist for
______________________ years, unless terminated earlier pursuant to clause 32
below.

7 CONTACT PERSON

7.1 The work to be performed by the Service Provider hereunder will be supervised by
City’s Contact Person referred to in clause 35 below.

7.2 The Parties shall notify each other, in writing from time to time, of the details of
their nominated Contact Person.
7.3 The Contact Persons shall liaise and update each other on the progress of the
Services rendered and shall endeavour to resolve and remedy any problems or
disputes that may arise in relation to the Services.

7.4 Either Party may substitute a Contact Person at its discretion provided that each
Party shall give the other Party reasonable notice of such substitution and will
provide replacement employees of equivalent ability.

7.5 Without derogating from the aforegoing, should either Party replace a Contact
Person for any reason whatsoever, it shall ensure, to the greatest extent possible
in the circumstances, that the suitable period of handover and overlap takes place,
at its cost, between the new and the encumbered Contact Person.

8 SCOPE OF GENERAL SERVICES

The Service Provider shall, for the duration of this Agreement, provide the Services set
out in the scope of work and in accordance with the deliverables and milestones attached
hereto as Annexure B, including but not limited to the Maintenance and Support services
as provided for in clause 20 below.

9 PRICE AND PAYMENT

9.1 The City shall pay to the Service Provider the Contract Price in the sum of
R__________________________________________________
(________________________________________________________
_________________________________________________rands)
payable in accordance with the terms of the Appointment Letter, attached hereto
as Annexure C, and subject to deliverables.

9.2 All payments under this Agreement shall be made by electronic fund transfer or
other forms of payment as the Parties may agree from time to time, upon receipt
of valid and undisputed Tax Invoices and month-end statements together with the
supporting documentation from the Service Provider, once the undisputed Tax
Invoices or such portion of the Tax Invoices which are undisputed become due and
payable.

188
9.3 All amounts and other sums payable in terms of this Agreement and Schedules
hereto will be stipulated exclusive of VAT, unless expressly stated otherwise.

9.4 Unless otherwise provided in the Schedules, valid Tax Invoices shall be submitted
together with a month-end statement. Payment against such month-end statement
shall be made by The City within 30 (thirty) days after the date of receipt by The
City of the Service Provider’s statement together with the relevant valid and
undisputed Tax Invoice(s) and supporting documentation, but in any event not later
than 90 (ninety) days of receipt of such statement.

9.5 Where the payment of any valid and undisputed Tax Invoice, or any part of the said
Tax Invoice which is not in dispute, is not made by the due date, the Service
Provider shall be entitled to charge interest on the outstanding amount, at the
Service Provider’s prime rate of interest in force, for the period from the due date
of payment until the outstanding amount is fully paid.

9.6 There shall be no interest levied on a Tax Invoice that is in dispute between the
Parties.

9.7 The City shall pay the amount reflected on a Tax Invoice once the City’s Contact
Person has verified that the Services set out in a schedule have been rendered
and the Tax Invoice amount has been approved by the
City.

9.8 All Tax Invoices shall be addressed to the City’ Contact Person.

9.9 All payments shall be transferred, by the City to the Service Provider electronically
into the Service Provider’s bank account, the details of which are set out below:

Bank: _______________________

Account type: _______________________

Account No: _______________________

Branch No: _______________________

189
9.10 Failure to comply with the clauses above may result in late payment of the total
amount of an invoice by the Service Provider to the City. The City shall not be liable
for any costs or damages suffered by the Service Provider as a result of such late
payment.

10 PRICE RESTRUCTURING

10.1 The Service Provider shall be subject to a price review every year.

10.2 The City shall embark on a benchmarking exercise every 12 (twelve) months where
the City shall benchmark the Service Provider’s Contract Price against the
prevailing market rates.

10.3 In the event it emerges that the Service Provider’s charges in respect of the
Contract Price and other charges under this Agreement are materially higher than
the reasonable benchmark ascertained by the City or that the City can acquire
similar Services of a like quality from another supplier at a total delivered cost that
is lower than the total delivered cost of the Services acquired hereunder from the
Service Provider, the City shall have the right to notify the Service Provider of such
total delivered cost and the Service Provider shall have an opportunity to adjust the
Contract Price and any other charges hereunder, on such a basis as to result in
the same total delivered cost to the City, within 30 (thirty) calendar days of such
notice.

10.4 If the Service Provider fails to do so or cannot legally do so, The City may:

10.4.1 acquire the Services from such other supplier in which case the
obligations, including, but not limited to, any purchase and sale
requirements and/or commitments, if any, of the City and the Service
Provider hereunder shall be reduced accordingly;

190
10.4.2 terminate this Agreement without any penalty, liability or further
obligation; or

10.4.3 continue under this Agreement.

10.5 Within 30 (thirty) calendar days of a notice by the City or at any time the
City so requests, the Service Provider shall certify in writing to the City that it is in
compliance with this clause and shall provide all information that the City
reasonably requests in order to verify such compliance.

11 SERVICE LEVELS

11.1 The Service Provider recognises that the City has entered into this Agreement
relying specifically on the Service Provider’s representations regarding service
levels including, inter alia:

11.1.1 capacity allocations in accordance with the Service to be provided;

11.1.2 all work to be performed and Services rendered under this Agreement
shall comply with industry norms and best practice acceptable within the
Services industry and shall be executed by the Service Provider to the
total satisfaction of the City.

11.2 The Service Provider shall provide suitably qualified and trained employees to
provide the Services to the City in terms of this Agreement, and shall allocate, in
its discretion employee resources in accordance with the technical skill and
knowledge required, provided that any exercise of such discretion by the Service
Provider shall not negatively impact on the provision of the Services by the Service
Provider to the City, and shall allocate employees with the technical skill and
knowledge onsite at the City at all times during normal working hours, if the City so
requires.

11.3 Amongst others, the Service Provider shall comply with and provide the Services
as set out in clause 8 above.

191
12 WITHHOLDING OF PERFORMANCE

The Service Provider may not under any circumstances, including, without limitation, non-
payment by the City, withhold any Services from The City during the currency of this
Agreement, unless it validly terminates this Agreement in terms of clause 32 below.

13 PENALTY

13.1 Should the Service Provider fail to comply with its obligations in terms of this
Agreement, the City may:

13.1.1 exercise its rights in terms of clause 31 below; alternatively

13.1.2 impose a penalty on the Service Provider.

13.2 An election of any of the above by the City shall not mean that the City has waived
any other rights which the City might have in law.

13.3 Should the City elect to impose a penalty on the Service Provider, the City shall
provide the Service Provider with a written notice requiring the Service Provider to
remedy the default within 7 (seven) days from the date of delivery of the notice.

13.4 Should the Service Provider fail to remedy the default within 7 (seven) days after
receiving the notice, then the City shall be entitled, without prejudice to any
alternative or additional right of action or remedy available to the City and without
further notice, impose a penalty, which penalty shall be a deduction of 10% of the
monthly Contract Price for the Contract Period; and for the avoidance of doubt, the
penalty amount shall be 10% of the monies due for payment to the Service
Provider monthly in terms of clause 9 above.

13.5 Should there be a dispute as to whether the failure to deliver was caused by the
City or was the Service Provider’s fault such dispute shall be dealt with in
accordance to clause 33 below.

14 ACCESS

192
14.1 The City shall allow the Service Provider reasonable access to its premises,
provided that:

14.1.1 access is related to the Services to be provided by the Service Provider;


and

14.1.2 the Service Provider adheres to all rules, regulations and instructions
applicable at the City’s premises.

14.2 The Service Provider is required to notify the City monthly of employees who are
to provide Services at the Service Areas and/or Delivery Areas.

14.3 The City shall grant the Service Provider and/or its employees, referred in clause
14.2 above, access to its premises to perform its obligations in terms of this
Agreement.

14.4 The Service Provider and its employees shall at all time when entering the
premises and/or Service Areas and/or Delivery Areas of the City comply with all
rules, laws, regulations and policies of the City.

15 ORDERS OF GOODS

15.1 The Service Provider’s Contact Person shall advise the City, in writing, of the
Goods required to enable the Service Provider to render the Services. In the order
form, the Service Provider shall set out the quantity, description of Goods and the
anticipated date of delivery of the Goods (“Delivery Date”).

15.2 The City shall confirm the order in writing and authorise the Service Provider to
order Goods necessary for the provision of the Service.

15.3 All orders for Goods ordered under this clause 15 shall be for the separate account
of the City, the cost of which shall be invoiced to the City by the Service Provider
upon confirmation of the order in terms of clause 15.2 above. The City shall not be
obliged to order the Goods from the Service Provider and shall be entitled to utilise
any company that it deems most suitable for the provision of the Goods.

193
16 DELIVERY OF GOODS

16.1 The Service Provider shall deliver the Goods on the Delivery Date.

16.2 Should the Service Provider be unable to deliver the Goods on the Delivery Date,
the Service Provider shall inform the City of its inability to deliver the Goods, the
reason thereof, and shall provide the City with a reasonable alternative Delivery
Date which in any event shall not be more than 14 (fourteen) days from the original
Delivery Date.

16.3 In the event that the Service Provider is unable to deliver the Goods on the Delivery
Date 3 (three) times in a period of 6 (six) months, then the City shall be entitled to
terminate this Agreement by giving the Service Provider one (1) month’s written
notice to terminate.

16.4 Upon delivery of the Goods by the Service Provider, the City’s contact person shall
sign the delivery document provided by the Service Provider as acknowledgement
of receipt of the Goods. Such acknowledgement of receipt shall not constitute an
acceptance:

16.4.1 that the Goods were received in good condition;

16.4.2 that the Goods were free of any defects;

16.4.3 that the Goods were fit for the purpose for which they were purchased;
and/or

16.4.4 of any terms and conditions of the delivery document.

16.5 In the event that the City notifies the Service Provider, within five (5) Business
Days, that the Goods delivered are not in accordance with the order, the City shall
be entitled to return the Goods to the Service Provider at the Service Provider’s
cost and the Service Provider shall deliver the replacement Goods ordered within
five (5) Business Days of taking delivery of the defective Goods.

17 DEFECTIVE GOODS / LATENT PRODUCTS

194
17.1 The Service Provider shall verify whether the Goods received are in order and
without any defects.

17.2 In the event that the City realises that the Goods have any defect, including but not
limited to manufacture and/or latent defects, the City shall inform the Service
Provider in writing within 5 (five) days of becoming aware of the defect (“Notice of
Defect”).

17.3 Upon receipt of the Notice of Defect, the Service Provider shall immediately deliver
replacement Goods to the City within 14 (fourteen) Business Days of receiving the
Notice of Defect referred to in clause 17.2 above and replace the defective Goods.

17.4 The cost of returning and replacing the defective Goods shall be borne by the
Service Provider.

17.5 The Service Provider shall be responsible for the replacement amount of any parts
of the Goods that are to be replaced in terms of this Agreement.

18 AMENDMENT OR CANCELLATION OF PURCHASE ORDER

The City is entitled to cancel an order, reschedule delivery of the Goods or change the
Delivery Area and Delivery Date on fourteen (14) days written notice to the Service
Provider.

19 INSPECTION

19.1 The City may at any time inspect the Goods and/or Services levels of the Service
Provider in terms of this Agreement.

19.2 If the City is, at any time, dissatisfied with the service levels then the Service
Provider shall, within 7 (seven) days, notify the Service Provider in writing of the
failure or default.

195
19.3 The Service Provider shall immediately upon receipt of written demand by the City,
remedy such failure or default, within 7 (seven) Business Days from the date of
receipt of the notice, free of charge.

19.4 Should the Service Provider fail to remedy the failure or default referred to above
then the City shall have the right to impose penalties as provided for in clause 12
above or invoke the provisions of clauses and/or clause 31 below.

19.4.1 To enable the City to determine whether the Goods and/or Services
rendered in terms of this Agreement are being complied with the Service
Provider shall:

19.4.1.1 provide the City with such information as it may reasonably


require;

19.4.1.2 allow the City to inspect and take copies of any


records of the Service Provider relating to the Goods and/or
Services, including all hardware, software, data,
information, visuals, procedures, event logs, transaction
logs, audit trails, books, records, contracts and
correspondence;

19.4.1.3 allow the City or its authorised representatives


to conduct interviews with any of the Service Provider’s
employees, subject to reasonable notice being given to the
Service Provider.

19.5 Service Provider to Provide Reasonable Assistance

19.5.1 Where any information is required for inspection in terms of this clause
and the information is kept in a computer, the Service Provider shall give
the City reasonable assistance required to facilitate inspection and obtain
copies of the information in a visible and legible form or to inspect and
check the operation of any computer and any associated apparatus or

196
material that is or has been in use in connection with the keeping of the
information.

19.5.2 Any information required to be provided to the City pursuant to this clause
19 shall be provided by the Service Provider, as the case may be in such
form (including a form otherwise than in writing) as the City may
reasonably specify.

19.5.3 The cost of any inspection contemplated in terms of this clause 19 shall
be for the account of the City unless any material irregularity or failure on
the part of the Service Provider is determined by the City in the course of
such inspection. 19.6 The inspection contemplated in this Agreement will
be conducted:

19.6.1 during normal business hours;

19.6.2 save where the circumstances justify it, on reasonable notice to the
Service Provider; with the minimum interference in the provision of the
Services and the Service Provider’s other operations.

20 MAINTENANCE AND SUPPORT

The essential and critical elements of the Maintenance and Support to be provided by the
Service Provider to the City shall be detailed in the scope of work attached hereto as
Annexure B.

21 TRAINING

If required, the Service Provider shall after delivery and installation of the Goods, and as
part of Maintenance and Support, ensure that the City’s nominated employees, from time
to time, receive the required and necessary training relating to the nature, purpose and
appropriate use of the Goods.

197
22 SERVICE PROVIDER’S WARRANTIES AND INDEMNITIES

22.1 Service Warranties

22.1.1 The Service Provider warrants that in relation to each Service provided
in terms of this Agreement:

22.1.1.1 it has full capacity and authority to enter into and perform
this Agreement, and that this Agreement is executed by
duly authorised representatives of the Service Provider;

22.1.1.2 it possesses or has access to the requisite knowledge, skill


and experience to provide the Services in an expert
manner;

22.1.1.3 it will discharge its obligations under this Agreement and


any annexure, appendix or Schedule hereto with all due
skill, care and diligence;

22.1.1.4 all work performed and Services rendered under this


Agreement shall comply with prevailing practice, standards
and specifications within the industry;

22.1.1.5 it will be solely responsible or the payment of remuneration


and associated benefits, if any, of its Personnel and for
withholding and remitting income tax for its Personnel in
conformance with any applicable laws and regulations;

22.1.1.6 the use or possession by The City of any


Materials will not subject The City to any claim for
infringement of any Intellectual Property Rights of any third
party;

22.1.1.7 with promptness and diligence and in a skilful manner and


in accordance with the practices and professional

198
standards of operations while performing Services and/or
delivering Goods and/or similar to the Services and/or
Goods;

22.1.1.8 which Services and/or Goods will in all aspects comply with
industry norms and best practice to the satisfaction of the
City with regard to materials and workmanship; ;

22.1.1.9 using and adopting any standards, processes and


procedures required under this Agreement;

22.1.1.10 warranting that it shall employ suitably qualified and trained


employees to provide the Services and/or Goods to the City
and it shall allocate employees in accordance with the
technical skill and knowledge required;

22.1.1.11 free from any defects in material and workmanship;

22.1.1.12 maintaining and causing to be maintained the


highest standard of workmanship and care in undertaking
the Services and/or processing the Goods;
22.1.1.13 maintaining and caused to be maintained the highest
standard of care and diligence in providing the Services,
maintenance and support;

22.1.1.14 ensuring that all applicable laws are observed;

22.1.1.15 without derogating from the generality of the


aforegoing, strictly adhering to any or all laws, regulations
and accepted procedures with regard to health, hygiene
and the maintaining of the environment in the manufacture,
packaging, labelling, identification, storage and
transportation of the Goods;
22.1.1.16 guaranteeing that the Goods shall be in good working
condition for the warranty and/ or maintenance period of the

199
Goods, and that the Service Provider shall be responsible
for the costs of repair of the Goods should the Goods
require to be repaired to their normal use.

22.2 Indemnity

22.2.1 The Service Provider hereby indemnifies the City against any claim which
may be brought against the City by the Service Provider’s personnel or a
third party arising from the execution of this Agreement alternatively
which arises against the City as a result of the Service Provider’s breach
of any of the provisions of this Agreement, provided that the City shall
notify the Service Provider in writing within a reasonable time, and in any
event not less than 14 (fourteen) Business days of the City becoming
aware of any such claim to enable the Service Provider to take steps to
contest it and shall provide the Service Provider with such reasonable
assistance as may be necessary to enable the Service Provider to defend
the claim to the extent only that it is in a position to render such
assistance. The Service Provider may, within 5 (five) Business

Days of receipt of written notice from the City aforesaid, elect in writing
to contest such a claim in the name of the City and shall be entitled to
control the proceedings in regard thereto, provided that the Service
Provider indemnifies the City against all and any costs (including attorney
and own client costs) which may be incurred by or awarded against the
City as a consequence of the defence of the claim.

23 SERVICE PROVIDER’S PERSONNEL

23.1 Liability for Criminal Acts of Employees

The Service Provider shall be liable to the City for any loss that the City or any
third party may suffer as a result of any theft, fraud or other criminal act of any
employee of the Service Provider which arises within the course and scope of

200
such employees’ employment with the Service Provider.

23.2 Character of Employees

23.2.1 Due to the confidential nature of certain aspects of the Services and the
position of trust which the Service Provider’s employees will fulfil, the
Service Provider hereby undertakes to use its best commercial
endeavours to ensure that it only assigns to the City employees who are
fit and proper persons and who display the highest standards of personal
integrity and honesty and who have not, to their knowledge, being
convicted of any crime.

23.2.2 The Service Provider shall, at its own cost, conduct all reasonable
background checks into members of its employees prior to utilizing same
to provide the Services in terms of this Agreement.

23.3 The City shall conduct all reasonable background checks into the Service
Provider’s employees from time to time, where it deems it necessary to do so.

24 STATUTORY AND EMPLOYMENT ISSUES

24.1 The Service Provider shall comply with all employment legislation

24.1.1 The Service Provider warrants that it has full knowledge of all relevant
statutory, collective and other stipulations applicable to the relationship
with its personnel and its relationship with the City. This includes, but is
not limited to, the Labour Relations Act, the Basic Conditions of
Employment Act, 1977, the Employment Equity Act, 1998 and any other
applicable employment legislation currently in force.

24.1.2 The Service Provider warrants further that it is not and will not in future
be in contravention of any of the provisions of any such legislation and in
the event of such contravention, the Service Provider shall immediately

201
take all steps to remedy such contravention. If the City advises the
Service Provider of any contravention of such legislation in writing, the
Service Provider shall, within 10 (ten) days after receipt of such notice,
take all steps necessary to remedy such contravention and shall keep the
City informed regarding the steps taken and the implementation and the
result thereof.

24.2 No employment

The Service Provider warrants that none of its personnel shall be regarded as
employees of the City. The Service Provider shall assist to defend and bear all
costs in the event that the City is required to defend a claim, whether civil or
employment related, instituted against it by the Service Provider’s personnel
should the City defend the matter, the Service Provider hereby indemnifies the City
against all and any costs (including attorney and own client costs) which may be
incurred by or awarded against the City as a consequence of the defence of the
claim.

24.3 Occupational Health and Safety Act, 1993

The Service Provider shall be responsible for ensuring compliance with all the
provisions of the Occupational Health and Safety Act, 1993 and it indemnifies the
City against any claim which may arise in respect of such Act by its personnel
against the City.

25 SUB-CONTRACTING

25.1 The Service Provider may not Subcontract the whole of or any portion of the
Services in terms of this Agreement to any third party without the prior consent of
the City.

25.2 In the event the Service Provider wishes to Subcontract the whole of or any portion
of the Services in terms of this Agreement, it shall apply to the City in writing for
consent to do so.

202
25.3 In its application, the Service Provider shall give the name of the Subcontractor,
the Subcontractor’s obligations, the proposed date of commencement of the
Subcontract which shall include the fees payable to the Subcontractor, and a report
of the background security check on the Subcontractor’s suitability, financial and
otherwise.

25.4 The City may, in its sole and absolute discretion refuse consent to Subcontract. In
the event the City approves the Subcontracting of the whole of or any portion of
the Services in terms of this Agreement, then:

25.4.1 the Service Provider shall ensure that the Subcontractor’s BBBEE level
is equal or better than that of the Service Provider, their price is
competitive and they have the capacity to provide the Service;

25.4.2 such Subcontracting shall not absolve the Service Provider from
responsibility for achieving the Service Levels or complying with its
obligations in terms of this Agreement and the Service Provider hereby
indemnifies and holds the City harmless against any loss, harm or
damage which the City may suffer as a result of such Subcontracting;

25.4.3 the Service Provider shall at all times remain the sole point of contact for
the City in respect of the acquisition of Services by the City; and

25.4.4 no such Subcontracting shall have any effect on the Contract Price and
charges payable by the City to the Service Provider in terms of this
Agreement.

26 CONFIDENTIALITY

26.1 The Service Provider acknowledge that all information relating to the City
confidential business and technical information, data, documents or other
information necessary or useful for the carrying on by the City of its business which
shall include, but shall not be limited to operating procedures, quality control
procedures, approximate operation personnel requirements, descriptions and
trade names and trademarks, know how, techniques, technology, information

203
relating to clients, customers, suppliers, relevant authorities, copyright, trade
secrets and all goodwill relating to the business and any other intellectual property
rights, technical data and documents in whole or in part, used by the City in respect
of its business; (“Confidential Information”), shall remain confidential and shall
not be made known unless the City has given written consent to do so.

26.2 The information provided by the City in the context of this Agreement is Confidential
Information and the Service Provider shall take all reasonable measures to keep
the information confidential and will only use the information for the purpose for
which it was provided.

26.3 The Service Provider undertakes to not disclose any such Confidential Information.
However, there will be no obligation of confidentiality or restriction on use where:

26.3.1 the information is publicly available, or becomes publicly available


otherwise than by action of the receiving Party; or

26.3.2 the information was already known to the receiving Party (as evidenced
by its written records) prior to its receipt under this or any previous
agreement between the Parties or their affiliates; or

26.3.3 The information was received from a third Party not in breach of an
obligation of confidentiality.

27 INTELLECTUAL PROPERTY RIGHTS

27.1 All Intellectual Property Rights of the Contractor and/or third party vest in the
Contractor and/or third party, as appropriate.

27.2 All rights in the City name and logo remain the absolute property of the
City.

27.3 The Contractor warrants that no aspect of the Services provided in terms thereof
will infringe any Patent, Design, Copyright, Trade Mark or trade secret or other
proprietary right of any third party.

204
27.4 The Contractor shall promptly notify the City, in writing, of any infringement or
apparent or threatened infringement or any circumstances which may potentially
give rise to an infringement, or any actions, claims or demands in relation to any
Intellectual Property Rights.

27.5 In the event the City becomes aware of any such infringement, the Contractor shall,
at its cost, defend the City against any claim that the Services infringe any such
third party Intellectual Property Rights, provided that the City gives notice to the
Contractor of such claim and the Contractor controls the defence thereof. The
Contractor further indemnifies the City against, and undertakes that it will pay all
costs, damages and attorney fees, if any, finally awarded against the City in any
action which is attributable to such claim and will reimburse the City with all costs
reasonably incurred by the City in connection with any such action.

27.6 Should any claim be made against the City by any third party in terms of clause
27.1 above, the City shall give the Contractor written notice thereof within 3 (three)
days of becoming aware of such claim to enable the Contractor to take steps to
contest it.

27.7 Should any third party succeed in its claim for the infringement of any third party
proprietary rights, the Contractor shall, at its discretion and within 30 (thirty) days
of the Services having been found to infringe, at its own cost:

27.7.1 obtain for the City the right to continue using the subject of infringement
or the parts thereof which constitute the infringement; or

27.7.2 replace the subject of infringement or the parts thereof which constitute
the infringement with another product or service which does not infringe
and which is materially similar to the subject of infringement; or

27.7.3 alter the subject of infringement in such a way as to render it non-


infringing while still in all respects operating in substantially the same
manner as the subject of infringement; or

27.7.4 withdraw the subject of infringement.

205
28 FORCE MAJEURE

28.1 For the purposes hereof, Force Majeure shall mean civil strife, riots, insurrection,
sabotage, national emergency, acts of war of public enemy, rationing of supplies,
flood, storm, fire or any other like forces of nature beyond the reasonable control
of the party claiming Force Majeure and comprehended in the terms thereof.

28.2 If Force Majeure causes delays in or failure or partial failure of performance by a


Party of all or any of its obligations hereunder, this Agreement shall be suspended
for the period agreed in writing between the Parties.

28.3 In the event of circumstances arising which the other Party believes that it
constitutes a Force Majeure (“the Affected Party”) then such Affected Party shall
send, within 5 (five) days from the interrupting circumstances, a written notice of
the interrupting circumstances specifying the nature and date of commencement
of the interrupting event to the other Party. The Parties shall agree, in writing, to
suspend the implementation of this Agreement for a specific period (“Agreed
Period”).

28.4 In the event that both Parties reasonably believe that the Affected Party
shall be unable to continue to perform its obligations after the Agreed Period, then
either Party shall be entitled to terminate this Agreement without further notice to
the other Party.

28.5 The Party whose performance is interrupted by the interrupting circumstances


shall be entitled, provided that such party shall gave notice to that effect with a
written notice of the interrupting circumstances as provided above, to extend the
period of this Agreement by a period equal to the time that its performance is so
prevented.

29 CESSION

The Service Provider shall not be entitled to cede or assign or transfer in any other way

206
and/or alienate its rights and obligations in terms of this Agreement without the prior
written consent of the City.

30 CHANGE OF CONTROL / CIRCUMSTANCE

30.1 The Service Provider shall notify the City, in writing, of any change in the
Service Provider’s shareholding or membership or any change in the Service
Provider’s subsidiary companies or holding or its affiliates (such change shall be
considered a material change in the constitution and identity of the Service
Provider. The City may terminate this Agreement upon becoming aware of such
material change.

30.2 The Parties agree that should there be a change as envisaged in clause 30.1
above, the Service Provider will no longer exist and a new third party/entity shall
have been constituted. In this regard, such third party shall not be entitled to inherit
any of the Service Provider’s rights and obligations in terms of this Agreement,
which will only be transferred to the new entity in writing by the City following the
City’s satisfaction and approval in writing of such new entity.

30.3 The Service Provider shall further notify the City of any material changes
or circumstance which might have led the City to appoint the Service Provider to
Provide the Goods and/or Services. In the event that any material change or
circumstance occurs and the Service Provider fails to inform the City of such a
change or circumstance, the Service Provider shall be deemed to have breached
a material term of this Agreement and the City shall be entitled to cancel the
Agreement on 1 (one) month’s prior notice.

31 BREACH

31.1 Subject to clause 30.3 above, should either Party commit a breach of any term of
this Agreement (“the Defaulting Party”) then the affected party (“Aggrieved Party”)
shall be entitled to inform the Defaulting Party in writing to remedy such failure or
default within 5 (five) Business Days and should the Defaulting Party fail to remedy
the breach within 5 (five) Business Days after receipt of the notice the so Aggrieved

207
Party shall be entitled, without prejudice to any of its rights under this Agreement
or law to:

31.1.1 immediately terminate this Agreement without giving written notice and
claim damages (which shall include legal costs on an attorney/client
scale); or

31.1.2 request specific performance and claim damages (which shall include
legal costs on an attorney/client scale); or

31.1.3 impose penalties as provided for in clause 13 above.

32 EARLY TERMINATION

The City shall have the right to terminate this Agreement by giving 30 (thirty) days’
notice in writing to the Service Provider of its intention to terminate the Agreement.

33 DISPUTES

33.1 Save for clause 31 above or any other clause in this Agreement which provides for
its own remedy, should any dispute arise between the Parties in respect of or
pursuant to this Agreement, including, without limiting the generality of the
aforegoing, any dispute relating to:

33.1.1 the interpretation of the Agreement;

33.1.2 the performance of any of the terms of the Agreement;

33.1.3 any of the parties' rights and obligations;

33.1.4 any procedure to be followed;

33.1.5 the termination or cancellation or breach of this Agreement; or

33.1.6 the rectification or repudiation of this Agreement; then any


Party may give the other Party written notice of such dispute, in which
event the provisions below shall apply.

208
33.2 Within 7 (seven) days of the declaration of such dispute, the Parties
representatives or their nominated persons shall meet in the spirit of goodwill and
endeavour to resolve the dispute, failing which (and without prejudice to any other
alternative dispute resolution to which the Parties may agree, either prior to or
concurrently with arbitration) the provisions of this clause 33 shall apply.

33.3 If the Parties are unable to resolve the dispute within 14 (fourteen) days of the
notice of the dispute (or such longer period as they may have agreed to in writing),
then either Party may, on written notice to the other Party, require that the dispute
be submitted to and decided by arbitration, in terms of the Arbitration Act, 42 of
1965 of South Africa (“the Arbitration Act”).

33.4 The arbitration shall be held under the provisions of the Arbitration Act provided
that the arbitration shall be:

33.4.1 at any place which the Parties agree, in writing, to be mutually


convenient.

33.4.2 in accordance with such formalities and/or procedures as may be settled


by the arbitrator and may be held in an informal and summary manner,
on the basis that it shall not be necessary to observe or carry out the
usual formalities of procedure, pleadings and/or discovery or respect
rules of evidence.

33.5 If the arbitration is:

33.5.1 a legal matter, then the arbitrator shall be a practicing advocate or a


practicing attorney of not less than 10 (ten) years' standing;

33.5.2 an accounting matter, then the arbitrator shall be a practicing chartered


accountant of not less than 10 (ten) years' standing;

33.5.3 any other matter, then the arbitrator shall be any independent person
agreed upon between the parties.

209
33.6 Should the Parties fail to agree on an arbitrator within 14 (fourteen) days after the
arbitration has been demanded, then the arbitrator shall be nominated at the
request of either of the Parties, by the president for the time being of the Law
Society of the Northern Provinces.

33.7 Should the Parties fail to agree whether the dispute is of a legal, accounting or

other nature within seven (7) days after the arbitration has been demanded, then

it shall be deemed to be a dispute of a legal nature. 33.8 The arbitrator may:

33.8.1 investigate or cause to be investigated any matter, fact or thing which he


considers necessary or desirable in connection with the dispute and for
that purpose, shall have the widest powers of investigating all documents
and records of any party having a bearing on the dispute;

33.8.2 interview and question under oath the parties of any of their
representatives;

33.8.3 decide the dispute according to what he considers just and equitable in
the circumstances; and

33.8.4 make such award, including an award for specific performance, damages
or otherwise, as he in his discretion may deem fit and appropriate. The
arbitration shall be held as quickly as possible after it is requested, with
a view to it being completed within thirty (30) days after it has been so
requested.

33.9 The arbitrator’s decision and award shall be in writing with reasons and shall be
subject to appeal by either Party.

33.10 Subject to the provisions of clause 33.9 above, the arbitrators award may, on
application by either Party to a court of competent jurisdiction and after due notice
is given to the other Party, be made an order of court.

33.11 Notwithstanding the provisions of clauses 33.1, 33.2, 33.3, 33.4, 33.5, 33.6 and
33.7 above, in the event of either Party having a claim against the other Party for

210
a liquidated amount or an amount which arises from a liquid documents, or for an
interdict or other urgent relief, then the other Party having such a claim shall be
entitled to institute action therefore in a court of law rather than in terms of the
above clauses, notwithstanding the fact that the other Party may dispute the claim.

33.12 The provisions of this clause 33 are severable from the rest of this Agreement and
shall remain in effect even where this Agreement is terminated or cancelled for any
reason.

34 LAWS AND JURISDICTION

34.1 This Agreement shall be governed by and interpreted according to the Law of the
Republic.

34.2 Each Party submits to the exclusive jurisdiction of the South African courts in
respect of any matter arising from or in connection with this Agreement including
its termination. Each Party further consents to the jurisdiction of the High Court of
South Africa (North Gauteng High Court (Pretoria).

35 NOTICES AND COMMUNICATIONS

35.1 The Parties choose as their respective domicilium citandi et executandi (hereinafter
referred to as the “domicilium”) and for the delivery of any notices arising out of the
Agreement or its termination or cancellation, whether in respect of court process,
notices or other documents or communications of whatsoever nature (including the
exercise of any option), the address set out below:

35.1.1 THE CITY:

Tshwane House
2nd Floor, Block D
320 Madiba Street Pretoria, 0001
Attention: __________________
Telephone: _________________

211
Fax: 086 214 9544
Email: _____________________

35.1.2 THE SERVICE PROVIDER:

_____________________
_____________________
_____________________
Attention: _____________________

Telephone: _____________________

Fax: _____________________
Email: _____________________

35.2 Each Party shall be entitled from time to time, by written notice to the other Party,
to vary its domicilium to any other address which is not a Post Office Box or a Poste
Restante.

35.3 Any notice given and any payment made by any Party to another Party
(hereinafter referred to as “the addressee”) which:

35.3.1 is delivered by hand during normal business hours of the


addressee at the addressee’s domicilium, shall be deemed, until the
contrary is proved by the addressee, to have been received by the
addressee at the time of delivery;

35.3.2 is posted by prepaid registered post to the addressee at the addressee’s


domicilium shall be deemed, until the contrary is proved by the
addressee, to have been received on the 7th (seventh) day after the date
of posting.

35.3.3 is sent by email or facsimile machine shall be deemed, until the contrary
is proven by the addressee, to have been received within 1 (one) hour of
transmission where it is transmitted during business hours of the

212
receiving instrument and at noon on the following business day
(excluding Saturdays) where it is transmitted outside such business
hours.

35.4 Any notice or communication required or permitted in terms of this Agreement shall
be valid and effective only if in Writing but it shall be competent to give notice by
facsimile.

35.5 Notwithstanding anything to the contrary in this Agreement a notice or


communication actually received by one Party shall be an adequate notice or
communication notwithstanding that it was not sent to or delivered at the chosen
domicilium citandi et executandi.

36 GENERAL AND MISCELLANEOUS

36.1 SOLE RECORD OF AGREEMENT

This Agreement constitutes the sole record of the agreement between the parties
with regard to the subject matter hereof. No party shall be bound by any express
or implied term, representation, warranty, promise or the like not recorded herein.

36.2 NO AMENDMENT EXCEPT IN W RITING

No addition to, variation of, or agreed cancellation of, this Agreement shall be of
any force or effect unless in writing and signed by or on behalf of the parties. Any
alleged waiver of this requirement must itself be reduced to writing and signed by
the the relevant party to be of any effect.

36.3 WAIVERS

No relaxation or indulgence which any party may grant to any other shall constitute
a waiver of the rights of that party and shall not preclude that party from exercising
any rights which may have arisen in the past or which might arise in future.

36.4 SURVIVAL OF OBLIGATIONS

213
Any provision of this Agreement which contemplates performance or observance
subsequent to any termination or expiration of this Agreement shall survive any
termination or expiration of this Agreement and continue in full force and effect.

36.5 APPROVALS AND CONSENTS

An approval or consent given by a party under this Agreement shall only be valid
if in writing and shall not relieve the other party from responsibility for complying
with the requirements of this Agreement nor shall it be construed as a waiver of
any rights under this Agreement except as and to the extent otherwise expressly
provided in such approval or consent, or elsewhere in this Agreement. Any alleged
waiver of the requirement that the approval or consent must be in writing must itself
be reduced to writing and signed by the relevant party to be of any effect.

37 EXECUTION

37.1 This Agreement may be executed in several counterparts, which shall each be
deemed an original, but all of which shall constitute one and the same instrument.
A facsimile shall constitute a valid counterpart for all purposes hereunder.

37.2 The signatories to this Agreement by their signature warrant their authority to enter
into this Agreement and the capacity of their principal, if signing in a representative
capacity, to enter into this Agreement.

214
Signed at ……………………… on this …………. day of ……………………….. 20…..

Witnesses

1. …………………………………….

2. ………………………………… ……………………………………..

For and on behalf of THE CITY


OF TSHWANE
METROPOLITAN MUNICIPALITY

(duly represented by Ms Mmaseabata


Mutlaneng)

Signed at ……………………… on this …………. day of ……………………….. 20…..

Witnesses

1. …………………………………….

2. ………………………………… ……………………………………..

For and on behalf of

__________________________

__________________________

(duly represented by
_________________________
_________________________)

215
ANNEXURE “A”

RESOLUTION OF THE BOARD

Resolution by the Board of Directors of

________________________________________ (the “Company”) made at a meeting held


at _____________on ____________________20__.
NOTED: THAT _______________________________ intends to enter into an Agreement with
the City of Tshwane Metropolitan Municipality in terms of which the Company shall provide
various services (the “Agreement”) on the terms and subject to the conditions of the Agreement
to which this resolution is attached as Annexure “A”.

RESOLVED:

THAT the Company approves and enters into the Agreement on the terms and subject to the
conditions of the Agreement to which this resolution is attached.
THAT in his/her capacity as a
__________________ of the Company, be and is hereby authorised to negotiate, settle and
sign the Agreement attached hereto, and to sign all documentation and do all things necessary
to give effect to the aforesaid resolutions on behalf of the Company.

_____________________

Read and Confirmed

Chairman/Company Secretary

216
ANNEXURE “B”

SCOPE OF WORK AND DELIVERABLES

ANNEXURE “C”

PAYMENT TERMS

217

You might also like